board of public works table of contents ...2020/11/04  · 4, 2020 meeting location: online item...

136
BOARD OF PUBLIC WORKS TABLE OF CONTENTS NOVEMBER 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1-2 Agriculture 1 3-4 Board of Public Works Wetlands 3 5-6 Housing & Community Development 5 7-10 Maryland Department of the Environment 9 11 Military Department 14 12 St. Mary’s College of Maryland 15 13 Record Correction 17 APPENDIX A1-A3 Department of General Services APP1 18 SUPPLEMENT DEPARTMENT OF NATURAL RESOURCES/REAL PROPERTY 1-4 Program Open Space Local Share DNR1 24 5 Program Open Space State Share DNR5 28 6 Timber Sale DNR6 29 SUPPLEMENT UNIVERSITY SYSTEM OF MARYLAND 1-2 University of MD, Baltimore USM1 30 3 University of MD, Baltimore County USM6 35 4 University of MD, College Park for Frostburg State University USM8 37

Upload: others

Post on 26-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS

TABLE OF CONTENTS NOVEMBER 4, 2020

MEETING LOCATION: ONLINE

Item Section page no.

Overall page no.

SECRETARY’S AGENDA

1-2 Agriculture 1 3-4 Board of Public Works Wetlands 3 5-6 Housing & Community Development 5

7-10 Maryland Department of the Environment 9 11 Military Department 14 12 St. Mary’s College of Maryland 15 13 Record Correction 17

APPENDIX

A1-A3 Department of General Services APP1 18

SUPPLEMENT DEPARTMENT OF NATURAL RESOURCES/REAL PROPERTY

1-4 Program Open Space Local Share DNR1 24 5 Program Open Space State Share DNR5 28 6 Timber Sale DNR6 29

SUPPLEMENT UNIVERSITY SYSTEM OF MARYLAND

1-2 University of MD, Baltimore USM1 30 3 University of MD, Baltimore County USM6 35 4 University of MD, College Park for Frostburg State University USM8 37

Page 2: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

PAGE TWO BOARD OF PUBLIC WORKS

TABLE OF CONTENTS NOVEMBER 4, 2020

Item Section

page no. Overall page no.

MARYLAND DEPARTMENT OF TRANSPORTATION

1-6 Maryland Aviation Administration (MAA) MDOT1 41 7-9 Maryland Transportation Authority (MDTA) MDOT15 55 10 Maryland Transit Administration (MTA) MDOT22 62

11-16 State Highway Administration (SHA) MDOT24 64

DEPARTMENT OF GENERAL SERVICES

1-6 Capital Grants and Loans DGS1 75 7 Architectural and Engineering DGS7 81

8-9 Construction DGS9 83 10-17 Services DGS13 87 18-22 Information Technology DGS31 105

23 Maintenance DGS43 117 24 General Obligation Bond Proceeds DGS45 119 25 Real Property DGS47 121

26-29 Tenant Lease DGS49 123 30 Supplemental – Information Technology DGS53 127 31 Supplemental – Information Technology DGS55 129 32 Supplemental – Information Technology DGS56 130 33 Supplemental – Information Technology DGS58 132

Page 3: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Norman Astle 410-841-5864

[email protected] 1. DEPARTMENT OF AGRICULTURE

Maryland Agricultural Cost-Share Program Grants Recommendation: That the Board of Public Works approve funding nine individual grants under the Maryland Agricultural Cost-Share Program. Amount: $222,115 Fund Source: MCCBL of 2018: Provide funds for assistance for the implementation of best management practices that reduce soil and nutrient runoff from Maryland farms. Item 18274

County Grantee Agreement Amount

Carroll Richard L. Bauerlein MP-2021-1986 $8,600.00

Frederick

Ripleyvale Farms MP-2021-1982 $39,700.00

MP-2021-1981 $19,600.00

David S. Geyer MP-2021-1985 $64,015.00

Robert J. Kline MP-2021-1979 $36,800.00

Garrett Sebold Farm AT-2021-2012 $5,000.00

AT-2021-2011 $18,200.00

Prince George's Anne Simon PA-2021-1978 $21,800.00

St. Mary's Joseph W. Vallandingham, Jr AT-2021-1980 $8,400.00 Authority: "Cost-Sharing-Water Pollution Control," §§ 8-701 to 8-705, Agriculture Article, Annotated Code of Maryland; COMAR 15.01.05 Remarks: The Maryland Department of Agriculture has determined that each of these projects is eligible for cost-share funds. Each project has received technical certification from the appropriate Soil Conservation District Office. The farmer has signed the cost-share agreement and accepts the grant conditions. BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

1

Page 4: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Norman Astle 410-841-5864

[email protected] 2. DEPARTMENT OF AGRICULTURE

Maryland Agricultural Cost-Share Program- Additional Funding Recommendation: That the Board of Public Works approve granting additional general obligation bond proceeds to two grantees under the Maryland Agricultural Cost-Share Program. Amount: $ 4,380.54 Fund Source: MCCBL of 2017: Provide funds for assistance for the implementation of best management practices that reduce soil and nutrient runoff from Maryland farms. Item 17206

County Recipient Agreement # Amount

Calvert Donald Gott PA-2020-2498 $2,956.81

Carroll Robin Kable MP-2020-2221 $1,423.73 Authority: "Cost-Sharing-Water Pollution Control," §§ 8-701 to 8-705, Agriculture Article, Annotated Code of Maryland; COMAR 15.01.05 Remarks: The Maryland Department of Agriculture has determined that each of these projects is eligible for cost-share funds. Each project has received technical certification from the appropriate Soil Conservation District Office. The farmer has signed the cost-share agreement and accepts the grant conditions. Additional funds are requested for these projects to offset additional costs realized at the completion of the project. These additional costs are a result of design changes required based on site conditions encountered during construction, design changes to improve project effectiveness, or because the level of co-cost share funding originally anticipated was not available when the project was completed. BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

2

Page 5: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Bill Morgante 410-260-7791

[email protected] 3. BOARD OF PUBLIC WORKS Wetlands Licenses Recommendation: The Board of Public Works Wetlands Administrator recommends that the Board grant licenses for projects involving dredging and filling in the navigable waters of Maryland. MDE: The Maryland Department of the Environment concurs with this recommendation. Authority: Section 16-202, Environment Article, Annotated Code of Maryland: “The Board shall decide if issuance of the [tidal wetlands] license is in the best interest of the State, taking into account the varying ecological, economic, developmental, recreational, and aesthetic values [the] application presents.” See also COMAR 23.02.04. ANNE ARUNDEL COUNTY 19-1171 ANNE ARUNDEL CO. DEPT. OF PUBLIC WORKS – To improve bridge car

access by replacing and widening the bridge, and replacing a water main pipe. Pasadena, Magothy Bridge Road at Magothy River

Special conditions: Time-of-Year restriction. 19-1295 ANNE ARUNDEL CO. DEPT. OF PUBLIC WORKS – To provide improved

navigable access by mechanically dredging five areas of Main Creek and Mathias Cove, transporting dredged material to an approved site, providing for a 6-year dredging period, and conducting sediment core borings.

Pasadena, Main Creek and Mathias Cove Special conditions: Time-of-year restriction. Requirements for dredged material transport and disposal plan, maintenance dredging, staking, and post-dredge bathymetric survey.

19-1284 ANNE ARUNDEL CO. DEPT. OF PUBLIC WORKS – To provide improved

navigable access by mechanically dredging a channel, transporting dredged material to an approved site and used as beach nourishment; and provide for a 6-year dredging period.

Riviera Park, Cox Creek and Curtis Bay Special conditions: Time-of-year restrictions. Requirements for dredged material transport and disposal plan, maintenance dredging, staking, post-dredge bathymetric survey, and compliance with WL# 17-0902 during dredged material placement.

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

3

Page 6: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Bill Morgante 410-260-7791

[email protected] 4. BOARD OF PUBLIC WORKS

Wetlands License - #20-0235 – City of Crisfield Mitigation

Recommendation: The Board of Public Works Wetlands Administrator recommends that the Board grant a wetlands license for a project involving filling in the navigable waters of Maryland, and that the Board accept the proposed mitigation to offset impacts to submerged aquatic vegetation (SAV). MDE: The Maryland Department of the Environment concurs with this recommendation.

• Application received March 3, 2020 • Public comment period ended August 30, 2020 • MDE Report and Recommendation received October 16, 2020

Authority: The “Board shall decide if issuance of the [tidal wetlands] license is in the best interest of the State, taking into account the varying ecological, economic, developmental, recreational, and aesthetic values [the] application presents.” Section 16-202, Environment Article, Annotated Code of Maryland; see also COMAR 23.02.04. Description: Applicant requests authorization to provide a publicly-accessible, ADA-approved, floating canoe/kayak launch by constructing a gangway, a floating platform and anchor piles impacting 476 square feet of SAV and eradicating the invasive plant, Phragmites, as mitigation. Mitigation: “The Board may require mitigation for unavoidable adverse environmental effects or loss of State wetlands caused by a licensed structure or activity.” COMAR 23.02.04.14D MDE recommends that the applicant mitigate for the 476 square feet of SAV impact by eradicating a 2,856 square foot area of Phragmites. The proposed mitigation is due to impacts to a “species in need of conservation” and is mitigated at a 3:1 ratio (COMAR 26.24.05.01.C.(1)(e)) and since it is “out of kind” mitigation it is further required to be at a 2:1 ratio (COMAR 26.24.05.01.C.(2)). The required project mitigation is to eradicate 2,856 square feet of Phragmites-dominated marsh and to plant that area with native marsh vegetation.

476 square feet of SAV x 3 = 1,428 x 2 = 2,856 square feet of eradicated Phragmites SOMERSET COUNTY 20-0235 CITY OF CRISFIELD – To provide a publicly-accessible, ADA-approved,

floating canoe/kayak launch by constructing a gangway, a floating platform, anchor piles, and eradicating invasive Phragmites as mitigation.

Crisfield, Little Annemessex River Special conditions: Requirements for placement of floating structures, Toxic Materials Permit, mitigation plantings and monitoring.

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

4

Page 7: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contacts: Jane Brice 301-429-7717 [email protected]

Tara Bacote 301-429-7724 [email protected] Jean Peterson 301-429-7667 [email protected]

5. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT Rental Housing Works Program/Partnership Rental Housing Program Recommendation: That the Board of Public Works approve lending general obligation bond

proceeds for this project. Borrower: RF Hickory Ridge Limited Partnership Project: Hickory Ridge Place

10799 Hickory Ridge Road, Columbia 21004 Howard County Rental Housing Sections 4-101 through 4-255 of the Housing and Community Works Authority: Development Article of the Annotated Code of Maryland, as amended, and

the regulations promulgated for the Multifamily Bond Program at COMAR Chapter 05.05.02

The Rental Housing Works Program finances rental housing that will be occupied by households with incomes at or below 60% of area median income. Partnership Sections 4-1201 through 4-1209 of the Housing and Community Rental Housing Development Article of the Annotated Code of Maryland, as amended Program Authority: and the regulations promulgated for the Multifamily Bond Program at

COMAR Chapter 05.05.05

The Partnership Rental Housing Program finances rental housing that will be occupied by households with incomes at 50% of area median income. Loan Amount: $2,500,000 Rental Housing Works Program loan $ 525,000 Partnership Rental Housing Program loan $3,025,000 Total amount Fund Source: MCCBL 2019 – Rental Housing Works Program MCCBL 2020 – Partnership Rental Housing Program Collateral: Deed of Trust Description: The project consists of the rehabilitation of 108 units for families in Howard County. The project will offer a mix of affordable one, two, and three-bedroom units and will serve households with incomes at or below 60% of the area median income. The project is sponsored by the Enterprise Community Development, Inc.

5

Page 8: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

5. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT (cont’d) Rental Housing Works Program/Partnership Rental Housing Program Pursuant to Maryland’s commitment to reducing Greenhouse Gas Emissions, conserving water resources, and enhancing Maryland’s environment, the project includes the following:

1. Project will use green building criteria from NGBS (National Green Building Standard) and obtain Bronze certification.

2. All windows will be Energy Star rated. 3. All faucets and bath fixtures will use water sense labeled products. 4. All appliances will be Energy Star Rated including refrigerators, ranges, range hoods, and

bath exhaust fans. 5. Energy Star rated light fixtures will be installed in all units and common areas. 6. Mechanical systems will be high efficiency 15 SEER units, with programmable

thermostats, and insulated plumbing pipes.

There are no Recognized Environmental Conditions requiring remediation on this project.

Sources Amount Rental Housing Works (this Item) $ 2,500,000 Partnership Rental Housing Funds (this Item) $ 525,000 National Housing Trust Funds $ 2,275,000 MEEHA Empower $ 250,000 Permanent First Mortgage $ 21,386,095 4% Low Income Housing Tax Credit Equity $ 9,731,834 CDA re-subordination $ 368,850 AHP $ 500,000 Transfer of Reserves for Replacement $ 183,000 Interim Income $ 680,145 Deferred Developer’s Fee $ 514,435 Total $ 38,914,360

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

6

Page 9: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contacts: Jane Brice 301-429-7717 [email protected]

Tara Bacote 301-429-7724 [email protected] Jean Peterson 301-429-7667 [email protected]

6. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT The Rental Housing Works Program Recommendation: That the Board of Public Works approve lending general obligation bond

proceeds for this project. Borrower: APAH Snowden Limited Partnership Project: Snowden’s Ridge Apartments 2105 Harlequin Terrace, Silver Spring 20904 Montgomery County Rental Housing Sections 4-101 through 4-255 of the Housing and Community Works Authority: Development Article of the Annotated Code of Maryland, as amended,

and the regulations promulgated for the Multifamily Bond Program at COMAR Chapter 05.05.02

The Rental Housing Works Program finances rental housing that will be occupied by households with incomes at or below 60% of area median income.

Loan Amount: $2,500,000 Fund Source: MCCBL 2019 – Rental Housing Works Program Collateral: Deed of Trust

Description: The project consists of the rehabilitation of 87 units for families in Montgomery County. The project will offer a mix of affordable one, two, and three-bedroom units and will serve households with incomes at or below 60% of the area median income. The project is sponsored by the Arlington Partnership for Affordable Housing.

Pursuant to Maryland’s commitment to reducing Greenhouse Gas Emissions, conserving water resources, and enhancing Maryland’s environment, the project includes the following:

1. Project will use green building criteria from NGBS (National Green Building Standard) and obtain Bronze certification.

2. All windows will be Energy Star rated. 3. All faucets and bath fixtures will use water sense labeled products. 4. All appliances will be Energy Star Rated including refrigerators, ranges, range hoods, and

bath exhaust fans. 5. Energy Star rated light fixtures will be installed in all units and common areas. 6. Mechanical systems will be high efficiency 15 SEER units, with programmable

thermostats, and insulated plumbing pipes.

7

Page 10: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

6. DEPARTMENT OF HOUSING AND COMMUNITY DEVELOPMENT (cont’d)

The Rental Housing Works Program The environmental study of the property indicated the presence of asbestos on the site which will be remediated in the course of the renovation.

Sources Amount Rental Housing Works (this Item) $2,500,000 Permanent First Mortgage $20,200,000 4% Low Income Housing Tax Credit Equity $9,791,331 Montgomery County CDBG $1,500,000 Montgomery County HIF $5,000,000 Deferred Developer’s Fee $487,078 Total $39,478,409

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

8

Page 11: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Terri Wilson 410-537-4155

[email protected]/[email protected] 7. MARYLAND DEPARTMENT OF THE ENVIRONMENT

Bay Restoration Fund Recommendation: That the Board of Public Works approve further funding as described. Authority: Maryland Water Quality Financing Administration Act

§§ 9-1601--9-1622, Environment Article, Annotated Code of Maryland. Project: Carroll County Stormwater Management Restoration Recipient: Carroll County Amount: Up to $577,904 Location: Carroll County/Legislative District 5

Project Description: As part of Carroll County’s efforts to improve water quality in the local receiving streams as well as the Chesapeake Bay, and also to comply with the County's MS4 permit, the County has identified stormwater projects that aim to reduce the impact of stormwater runoff at urban centers in Carroll County. The work consists of the retrofit of existing stormwater management facilities, the creation of new stormwater management facilities, and stream restoration. This project consists of four contracts: The Greens of Westminster (within Westminster); Woodsyde (in Eldersburg); East West Pond in (formerly known as "Prospect Park" in Mt. Airy); and Trevanion Terrace (in Taneytown). The Board previously approved funding for The Greens of Westminster and Woodsyde. This Board action is for the East West Pond contract. This project is consistent with Maryland's climate change adaptation and resiliency objectives through the reduction of runoff that is exacerbated by increased precipitation or flooding events. Project Funding Sources: Bay Restoration Fund Grant BR-SW 01.07 (this Item) $ 577,904 Bay Restoration Fund Grant BR-SW 01.07 (most recent prior approval: Secretary’s Agenda, Item 9 [9/2/20]) $1,181,079 Bay Restoration Fund Grant BR-SW 01.07 (future Item) $ 716,017 Local Share $2,475,000 Total Estimated Project Cost: $4,950,000 State Clearinghouse: MDE has determined that its recommendation is consistent with Maryland's State Clearinghouse comments and recommendations. BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

9

Page 12: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Terri Wilson 410-537-4155

[email protected]/[email protected] 8. MARYLAND DEPARTMENT OF THE ENVIRONMENT

Bay Restoration Fund Recommendation: That the Board of Public Works approve new grant funding as described. Authority: Maryland Water Quality Financing Administration Act

§§ 9-1601--9-1622, Environment Article, Annotated Code of Maryland. Project: I-97 Business Park Sewer Extension Recipient: I-97 Sewer, LLC (St. John’s Properties) Amount: Up to $911,121 Location: Anne Arundel County/Legislative District 33 Project Description: The proposed project entails the design and construction of grinder pumps and small diameter low pressure forcemain systems to convey wastewater flows from the I-97 Business Park to the Anne Arundel County Broadneck Water Reclamation Facility. The I-97 Business Park is a 40-acre business community with ten flex use office space buildings, currently using septic systems, located west of I-97 off Benfield Boulevard in Anne Arundel County. The Broadneck Water Reclamation Facility has been upgraded and treats wastewater to ENR levels of treatment with an effluent Total Nitrogen concentration goal of 3.0 mg/l and Total Phosphorus concentration of 0.3 mg/l prior to discharge. The project also includes the abandonment and removal of the existing septic systems. This project is proposed to reduce the total nitrogen discharge to the groundwater by approximately 2,325 pounds per year. This project is part of MDE efforts to connect failing septic systems to public sewer, thereby reducing nutrient loadings and eliminating public health problems, both of which are exacerbated due to climate change. Project Funding Sources: Bay Restoration Fund Grant BR-OC 02.02 (this Item) $ 911,121 Local Share $ 961,120 Total Estimated Project Cost: $ 1,872,241

State Clearinghouse: MDE has determined that its recommendation is consistent with Maryland's State Clearinghouse comments and recommendations. BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

10

Page 13: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Terri Wilson 410-537-4155

[email protected]/[email protected] 9. MARYLAND DEPARTMENT OF THE ENVIRONMENT

Bay Restoration Fund

Recommendation: That the Board of Public Works approve new funding as described. Authority: Maryland Water Quality Financing Administration Act

§§ 9-1601--9-1622, Environment Article, Annotated Code of Maryland. Project: Point Lookout State Park Wastewater Treatment Plant Enhanced Nutrient

Removal Upgrade Recipient: Maryland Environmental Service Amount: Up to $53,035 Location: St. Mary’s County/Legislative District 29B Project Description: This project entails the planning for the Enhanced Nutrient Removal Upgrade of the Point Lookout State Park Wastewater Treatment Plant located in St. Mary’s County. The current plant services 150 camps comprised of approximately 6 persons per camp. The planning study will evaluate various alternatives for the upgrade at the existing permitted capacity of 90,000 gallons per day. This upgrade is necessary in order to reduce nutrients discharged to the Lower Tidal Potomac River. This action is only for the planning portion of the project. This project will be constructed in accordance with coastal and non-coastal resiliency guidelines developed as part of the Coast Smart Program to reduce climate change risks to such projects. Project Funding Sources: Bay Restoration Fund Grant BR-NR 04.19 (this Item) $ 53,035 Total Estimated Planning Cost: $ 53,035

State Clearinghouse: MDE has determined that its recommendation is consistent with Maryland's State Clearinghouse comments and recommendations. BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

11

Page 14: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Terri Wilson 410-537-4155

[email protected]/[email protected] 10. MARYLAND DEPARTMENT OF THE ENVIRONMENT

Maryland Water Quality State Revolving Fund Recommendation: That the Board of Public Works approve further funding as described. Authority: Maryland Water Quality Financing Administration Act

§§ 9-1601--9-1622, Environment Article, Annotated Code of Maryland. Project: Piscataway Wastewater Treatment Plant Bio-Energy Project Recipient: Washington Suburban Sanitary Commission Amount: Up to $85,001,527 Location: Prince George’s County/Legislative Districts 25, 26, 27A Project Description: This project involves the design and construction of bio-energy facilities at the existing site of the WSSC Piscataway WWTP in Prince George’s County to receive sludge from the other WSSC wastewater treatment plants. The project will include a high-temperature thermal hydrolysis solids treatment process to precondition sludge prior to anaerobic digestion, anaerobic digestion facilities, and facilities to provide dewatered Class A Biosolids. In addition, a combined heat and power facility will be constructed to capture the biogas from the digesters to be used for the production of steam and electrical power for the plant. Odor control, process water treatment, generators, and boilers are also included in the project. The anticipated project outcomes are: production of Class A Biosolids for beneficial uses; recovery of renewable energy from biomass; and reduction in energy, chemical and sludge disposal costs. This project will be constructed in accordance with coastal and non-coastal resiliency guidelines developed as part of the Coast Smart Program to reduce climate change risks to such projects. Financing Description: Additional Loan $85,001,527 (estimated) – Water Quality State Revolving Fund

Term. Period not to exceed 30 years following project completion Rate. Disadvantaged community interest rate of 25% of the average of the Bond Buyer 11-Bond Index for the month preceding loan closing. (Based on this formula, in fiscal year 2020 loan recipients received interest-rates ranging from 0.40% to 0.70%.) Security. Borrower will deliver its bond, along with its full faith and credit endorsement, to the Maryland Water Quality Financing Administration.

12

Page 15: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

10. MARYLAND DEPARTMENT OF THE ENVIRONMENT (cont’d)

Maryland Water Quality State Revolving Fund Project Funding Sources: Water Quality State Revolving Fund (this Item) $ 85,001,527 Water Quality State Revolving Fund $ 43,959,973 (prior approval- Secretary’s Agenda, Item 6 [1/2/19]) Energy Water Infrastructure Program Grant, EWIP 02.16 $ 3,000,000 (prior approval Secretary’s Agenda, Item 6 [1/2/19]) Local Share $ 139,905,557 Total Estimated Project Cost $ 271,867,057

Funding may involve multiple sources which may include general obligation bond proceeds as the required 20% match to federal funds and other funds.

State Clearinghouse: MDE has determined that its recommendation is consistent with Maryland's State Clearinghouse comments and recommendations. BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

13

Page 16: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Catherine A. Kelly 410-576-6163

[email protected] 11. MILITARY DEPARTMENT VCAF Loans Recommendation: The Adjutant General of Maryland recommends that the Board of Public Works authorizes the following loans up to the total amount of $1,155,000 from the Volunteer Company Assistance Fund. Authority: Sections 8-203 – 8-204, Public Safety Article, Annotated Code of Maryland. Background: The Maryland State Firemen’s Association has approved the requests of the following volunteer fire companies and certifies that its recommendations comply with the requirements of the Volunteer Company Assistance Fund as set forth in the Public Safety Article. The Association and the volunteer companies have entered into agreements that the loans will be used as represented and that give the State appropriate and adequate security in the equipment purchased. The Military Department verifies that the funds are available in the Volunteer Company Assistance Fund. Fund Source: D50H0106 -- MISV3 -- 1433/3001 CAROLINE COUNTY

Requestor Purpose Reason Max Loan Amount

Project Cost

Denton Volunteer Fire Company Tanker Replacement $450,000 $600,000

Interest Rate: 1% Term: 15 years/annual payments CECIL COUNTY

Requestor Purpose Reason Max Loan Amount

Project Cost

Singerly Fire Company Pumper Replacement $305,000 $731,402 Interest Rate: 1% Term: 15 years/annual payments HARFORD COUNTY

Requestor Purpose Reason Max Loan Amount

Project Cost

Jarrettsville Volunteer Fire Company, Inc. Engine Replacement $400,000 $630,241

Interest Rate: 1% Term: 10 years/annual payments BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

14

Page 17: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Patrick Hunt

Email:[email protected] 12. ST. MARY'S COLLEGE OF MARYLAND Information Technology Modification Contract ID: Enterprise Resource Planning System SMC-19-20269 Prior Approval: Secretary’s Agenda, Item 12 (10/31/18) Contract Description: Provide comprehensive cloud-based Enterprise Resource Planning

system to include student, financial, human resources and reporting functions.

Modification Description: RETROACTIVE Increase the base term contract amount to $3,525,460 and the overall contract amount to $4,902,700. Award: Anthology, Inc. (formally Campus Management Corporation) Boca Raton, FL. Contract Term: 11/1/18 – 10/31/23 (5-year base with five 1-year options) Original Amount: $2,414,752 Base Term 11/1/18 – 10/31/23 $ 275,448 Option 1 11/1/23 – 10/31/24 $ 275,448 Option 2 11/1/24 – 10/31/25 $ 275,448 Option 3 11/1/25 – 10/31/26 $ 275,448 Option 4 11/1/26 – 10/31/27 $ 275,448 Option 5 11/1/27 – 10/31/28 $3,791,992 Total Modification Amount: $3,525,460 Base Term 11/1/18 – 10/31/23 $275,448 Option 1 11/1/23 – 10/31/24 $275,448 Option 2 11/1/24 – 10/31/25 $275,448 Option 3 11/1/25 – 10/31/26 $275,448 Option 4 11/1/26 – 10/31/27 $275,448 Option 5 11/1/27 – 10/31/28 $4,902,700 Total Procurement Method: Competitive Sealed Proposals MBE Participation: 3% MBE Compliance: 0% (see remarks)

15

Page 18: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

12. ST. MARY'S COLLEGE OF MARYLAND (cont’d) Information Technology Modification Agency Remarks: The Board of Public Works originally approved this contract award recommendation on October 31, 2018 as Secretary’s Agenda, Item 12. A Legislative Audit report issued to the College in July 2020 stated that the Auditors were unable to establish the correctness of the base award amount of the contract as approved in that agenda item with the contract documents. An examination of the contract documents by St. Mary’s College indicates that a mistake was made as to the correct value of the base period of the contract. It appears that there was confusion between the Financial Evaluation Panel and the Contracting Officer as to the correct value of the base award. We believe that the figure given for the Base Award was the original proposed price and not the price offered in the Best and Final offer. The College acknowledges this mistake and has instituted policies to ensure that a third party (Associate Director of Budgets) reviews the final contract award price to ensure that it is correct. We were informed at the time of award of the contract that the MBE participation would not take place until the rollout of the various platforms. That rollout is now taking place and the contractor has requested assistance with how to fill out the MBE forms. Fund Source: Higher Education Fund R14, 40 Resident Business: No MD Tax Clearance: 20-3047-1111 BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

16

Page 19: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA November 4, 2020

Contact: Samantha Buchanan 410-260-7552

Samantha [email protected] 13. DEPARTMENT OF GENERAL SERVICES

Record Correction Recommendation: That the Board of Public Works accept the following correction to the record in which a contract term was incorrectly reported.

Original Approval: DBM Agenda, Item 1-S, 10/07/2015 Contract Description: MTA Health Benefits and Administrative Services;

Approved Contract Term: 10/08/2015 – 10/07/2020 (w/ 2 one-year renewals) Corrected Contract Term: 01/01/2016 – 12/31/2020 (w/ 2 one-year renewals)

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 17

Page 20: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS

SECRETARY'S ACTION AGENDA APPENDIX

November 4, 2020

APP 1

Contact: Robert Gleason 410-260-3910 [email protected]

A1. DEPARTMENT OF GENERAL SERVICES Contract Title: Laboratory Testing Services for COVID-19 on the behalf of MDH

ADPICS No.: M00B0600413 Contract Type: Services Description: Laboratory testing services for an effort led by the Maryland Department of Health (MDH) to open COVID-19 testing locations statewide. Procurement Method: Emergency (Intergovernmental Cooperative Purchase) Date Emergency Declared: March 22, 2020 Award: Laboratory Corporation of America Holdings; Burlington, VT Contract Award Date: March 30, 2020 Contract Term: 03/30/2020 – 07/08/2020 Amount: $7,000,000 NTE Requesting Agency Remarks: Nature of Emergency – COVID-19: On March 5, 2020, Governor Larry Hogan issued a Declaration of State of Emergency and Existence of Catastrophic Health Emergency due to the outbreak of a severe respiratory disease, resulting in illness or death that is caused by the person-to-person spread of the novel coronavirus. The Department of General Services’ Office of State Procurement (DGS OSP), on behalf of the Maryland Department of Health (MDH), served as the primary procurement agency for securing this contract for lab testing services to increase capacity to support COVID-19 testing locations statewide. The State required laboratory testing services for an effort led by the Maryland Department of Health (MDH) to open COVID-19 testing locations statewide. Basis for Selection: MDH already holds a contract with Quest Diagnostics, however, based on the nature of the public health emergency, the state identified the need to contract with LabCorp to secure additional laboratory resources and increase the state’s access to COVID-19 testing. [.]

18

Page 21: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS

SECRETARY'S ACTION AGENDA APPENDIX

November 4, 2020

APP 2

A1. DEPARTMENT OF GENERAL SERVICES (cont’d) Remarks (cont’d): DGS OSP identified an existing Montgomery County contract # 1061159 with LabCorp, and in an effort to put a contract in place quickly to address the COVID-19 pandemic response needs, this contract was selected to be established as an intergovernmental cooperative purchasing agreement (ICPA). LabCorp laboratory testing services are being offered at a fixed price for the COVID-19 test in accordance with the Centers for Medicare & Medicaid Services (CMS), Medicare Administrative Contractor (MAC) COVID-19 test pricing. Note: This emergency procurement was originally submitted for consideration with a compiled emergency report on May 2, 2020; however, it was determined that all non-commodity emergency reports related to the COVID-19 pandemic would be reported individually. This report supports that decision. Fund Source: 100% General (CARES Act) Resident Business: No MD Tax Clearance: 20-1586-1111

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS: ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION 19

Page 22: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS

SECRETARY'S ACTION AGENDA APPENDIX

November 4, 2020

APP 3

Contact: Robert Gleason 410-260-3910 [email protected]

A2. DEPARTMENT OF GENERAL SERVICES Contract Title: Outfit Advanced Medical Tents for COVID-19 on behalf of MDH

ADPICS No.: 001B0600384 Contract Type: Construction Description: This contract provides construction, carpentry, plumbing, electric, finishing, medical headboards and wrap-around support to 100 advanced and triage medical tents at various locations across the State. Procurement Method: Emergency Date Emergency Declared: April 6, 2020 Award: Warwick Supply & Equipment Company; Hunt Valley, MD (Certified Small Business, Certified Minority Business) Contract Award Date: April 6, 2020 Contract Term: 04/06/2020 – 04/05/2021 Amount: $25,000,000 (Original award) $12,500,000 (Modification No. 1, 10/26/2020, see Remarks) $37,500,000 NTE Total Requesting Agency Remarks: Nature of Emergency – COVID-19: On March 5, 2020, Governor Larry Hogan issued a Declaration of State of Emergency and Existence of Catastrophic Health Emergency due to the outbreak of a severe respiratory disease, resulting in illness or death that is caused by the person-to-person spread of the novel coronavirus. The Department of General Services’ Office of State Procurement (DGS OSP) has served as the primary procurement agency securing architecture and engineering services required to mitigate the COVID-19 emergency. The Department determined that there was an immediate need to provide construction, carpentry, plumbing, electric, finishing, medical headboards and wrap-around support to 100 advanced and triage medical tents at various locations across the State.

REVISED

20

Page 23: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS

SECRETARY'S ACTION AGENDA APPENDIX

November 4, 2020

APP 4

A2. DEPARTMENT OF GENERAL SERVICES (cont’d) Remarks (cont’d): Basis for Selection: In July 2017, DGS, through the qualification-based selection process, solicited a master contract for general construction and related services. Upon evaluation of the technical proposals received, Warwick Supply & Equipment Company was found to be a responsible vendor. The firm has been determined to be able to provide necessary required construction services, but is also capable of handling a wide variety of projects in an expeditious fashion, including the services required for this emergency procurement. Note: This emergency procurement was originally submitted for consideration with a compiled emergency report on May 2, 2020; however, it was determined that all non-commodity emergency reports related to the COVID-19 pandemic would be reported individually. This report supports that decision. To maintain compliance and medical certifications, monthly inspections are required for various parts of the tents stood-up with the initial award of this contract. Also required is maintenance of the alternative care sites, including sewage and wastewater removal. Additionally, it was determined that additional funding would be necessary should additional sites be required in coming months. To ensure the contract has sufficient funding to maintain the efforts, an emergency modification was exercised on October 26, 2020; increasing the not-to-exceed amount of this contract to $37,500,000. Fund Source: 100% Federal (CARES Act) Resident Business: Yes MD Tax Clearance: 20-1646-1111

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS: ACCEPTED REMANDED

WITH DISCUSSION WITHOUT DISCUSSION

REVISED

21

Page 24: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS

SECRETARY'S ACTION AGENDA APPENDIX

November 4, 2020

APP 5

Contact: Robert Gleason 410-260-3910 [email protected]

A3. DEPARTMENT OF GENERAL SERVICES Contract Title: Supply Chain Management, Sourcing, and Support Services for Pandemic Response Care Sites

ADPICS No.: H00P0601726 Contract Type: Services Description: Provide medical supply chain and materials handling services at the State supported field hospital locations. The Maryland Department of Health is currently supporting the Baltimore Convention Center Field Hospital, Takoma Park Adventist Hospital, Prince Georges County Hospital, Laurel Regional Hospital, Hagerstown Correctional Facility, and Jessup Correctional Facility. Procurement Method: Emergency (Sole Source) Date Emergency Declared: April 9, 2020 Award: Vizient, Inc.; Irving, TX Amount: $30,000,000 NTE Contract Award Date: April 10, 2020 Term: 04/10/2020 – 04/09/2021 MBE/VSBE Participation: N/A Fund Source: 100% Federal (CARES Act) Requesting Agency Remarks: Nature of Emergency – COVID-19: On March 5, 2020, Governor Larry Hogan issued a Declaration of State of Emergency and Existence of Catastrophic Health Emergency due to the outbreak of a severe respiratory disease, resulting in illness or death that is caused by the person-to-person spread of the novel coronavirus. The Department of General Services’ Office of State Procurement (DGS OSP), on behalf of the Maryland Emergency Management Agency (MEMA) and the Maryland Department of Health (MDH), serves as the primary procurement agency securing services from ready responders required to mitigate the COVID-19 emergency. The departments determined that there was an immediate need to provide medical supply chain and materials handling services at the State supported field hospital locations.

22

Page 25: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS

SECRETARY'S ACTION AGENDA APPENDIX

November 4, 2020

APP 6

A3. DEPARTMENT OF GENERAL SERVICE (cont’d) Remarks (cont’d): Basis for Selection: DGS has determined Vizient to be the sole source for these services. Vizient was selected because Vizient manages the medical supply chains for both the University of Maryland Medical System (UMMS) and Johns Hopkins Hospital (JHH), the organizations that have partnered with the Maryland Department of Health to operate the Alternate Care Sites (ACS) throughout the state. Only UMMS and JHH had the capability to supply medical staff and expertise to rapidly provide the State with expanded bed capacity. UMMS and JHH do not have large scale in-house procurement and supply chain functions. Both organizations negotiate the purchase of goods and services through Vizient's Group Purchasing Organization (GPO). This means that in order to partner with UMMS and JHH, the State either had to create from scratch a medical supply chain organization during a time of global supply shortage, or contract with Vizient and use the existing supply chain service provider. Note: This emergency procurement was originally submitted for consideration with a compiled emergency report on May 2, 2020; however, it was determined that all non-commodity emergency reports related to the COVID-19 pandemic would be reported individually. This report supports that decision. Resident Business: No MD Tax Clearance: 20-1603-1101

BOARD OF PUBLIC WORKS ACTION THIS REPORT WAS: ACCEPTED REMANDED WITH DISCUSSION WITHOUT DISCUSSION

23

Page 26: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works

Department of Natural Resources – Real Property Supplement

November 4, 2020

DNR 1 Contact: Emily Wilson 410-260-8436

[email protected] 1A. PROGRAM OPEN SPACE LOCAL SHARE Anne Arundel County Recommendation: Approval to commit $25,000 for the following planning project.

Anne Arundel County - 2022 Land Preservation, Parks, and Recreation Plan – $25,000 Anne Arundel County POS #6947-2-326 MD20190313-0124

Background: Additional funding to complete Anne Arundel County’s 2022 Land Preservation, Parks, and Recreation Plan to fulfill State requirements. Prior Approvals: $25,000 (DNR-RP Item 2A [April 24, 2019]) $25,000 (DNR-RP Item 2A(2) [October 16, 2019]) Fund Source: Outdoor Recreation Land Loan 2020, Chapter 565, Acts of 2019

Program Open Space Local Source Code: 20011 $25,000.00

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

24

Page 27: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works

Department of Natural Resources – Real Property Supplement

November 4, 2020

DNR 2 Contact: Emily Wilson 410-260-8436

[email protected] 2A. PROGRAM OPEN SPACE LOCAL SHARE Baltimore County Recommendation: Approval to commit $925,000 for the following two development projects.

1. Hazelwood Skate Park – $535,000 Baltimore County POS #7163-3-502 MD20200826-0747

Background: Design and construction of a skate park with associated amenities and parking. Fund Source: Outdoor Recreation Land Loan 2020, Chapter 565, Acts of 2019

Program Open Space Local Source Code: 20011 $73,732.71 Outdoor Recreation Land Loan 2021, Chapter 19, Acts of 2020 Program Open Space Local Source Code: 21011 $461,267.29

2. Millford Mill Trail Renovations – $390,000 Baltimore County POS #7164-3-503 MD20200826-0746

Background: Design and renovate the approximately 1-mile Millford Mill Trail through Villa Nova Park. Fund Source: Outdoor Recreation Land Loan 2021, Chapter 19, Acts of 2020

Program Open Space Local Source Code: 21011 $390,000.00

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

25

Page 28: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works

Department of Natural Resources – Real Property Supplement

November 4, 2020

DNR 3 Contact: Emily Wilson 410-260-8436

[email protected] 3A. PROGRAM OPEN SPACE LOCAL SHARE Frederick County Recommendation: Approval to commit $102,371 for the following development and acquisition projects.

1. East End Park Baseball/Softball Field – $15,371 Town of Thurmont POS #7149-10-445 MD20200820-0729

Background: Construct a new regulation-sized baseball/softball field to add to the available playing fields at the park. This project will include engineering and design, stormwater management, fencing, backstops, players’ benches, and an ADA accessible walkway. Fund Source: Outdoor Recreation Land Loan 2020, Chapter 565, Acts of 2019

Program Open Space Local Source Code: 20011 $15,371.00

2. Myersville - Young Property Acquisition – $87,000 Town of Myersville POS #7155-10-447 MD20200820-0730

Background: Acquire 5.5 acres for parkland towards developing a hiker/biker greenway throughout the town. Appraised Value: Barton M. Simpson $67,000 William G. Bowen $95,000 Property Cost: $81,000 Incidental Cost: $6,000 Fund Source: Outdoor Recreation Land Loan 2018, Chapter 150, Acts of 2017 Program Open Space Local Source Code: 18011 $87,000.00

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

26

Page 29: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works

Department of Natural Resources – Real Property Supplement

November 4, 2020

DNR 4 Contact: Emily Wilson 410-260-8436

[email protected] 4A. PROGRAM OPEN SPACE LOCAL SHARE Queen Anne’s County Recommendation: Approval to commit $248,189 for the following development project.

1. South Island Trail Extension – $248,189 Queen Anne’s County POS #7152-17-177 MD20200824-0733

Background: Pave an additional 1 mile of the South Island Trail, making it approximately 7 miles. Fund Source: Maryland Consolidated Capital Bond Loan 2013, Chapter 424, Acts of 2013 Program Open Space Local Source Code: 13080 $39,662.92

Maryland Consolidated Capital Bond Loan 2012, Chapter 444, Acts of 2012 Program Open Space Local Source Code: 12057 $135,469.23

Maryland Consolidated Capital Bond Loan 2011, Chapter 396, Acts of 2011 Program Open Space Local Source Code: 11051/52 $73,056.85

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

27

Page 30: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works

Department of Natural Resources – Real Property Supplement

November 4, 2020

DNR 5 Contact: Emily Wilson 410-260-8436

[email protected] 5A. PROGRAM OPEN SPACE STATE SHARE

Allegany County (Bauer 2) Recommendation: That the Board of Public Works approve the acquisition. Description: This entirely forested property consists of mixed oak woodland and contains the headwaters of an unnamed tributary to Town Creek. The property is adjacent to Green Ridge State Forest and will be managed by the Maryland Forest Service. Acquisition will provide long-term water quality protection of the Town Creek Watershed, improve public access, and contribute to a large continuous block of forest land that will allow for future expansion of trail networks into Pennsylvania. POS Scoring System: 89 out of 100 Targeted Ecological Area: Yes Grantor: Theodore F. Bauer and Barbara Nance Grantee: The State of Maryland to the use of the Department of Natural Resources Property: 98.89+/- acres, unimproved, POS No. 5638 Price: $165,000 Appraisals: $168,000 (10/10/2019) – Georgia Nichols

$168,000 (10/28/2019) – Calvin V. Thomas All appraisals reviewed by Mary L. Krozack, Review Appraiser

Fund Source: Outdoor Recreation Land Loan of 2019, Chapter 570, Acts of 2018 Program Open Space Stateside Source Code: 19010 $165,000 NOTE: The Board of Public Works approved DNR acquiring 99+/- adjacent acres from Theodore Bauer and Barbara Nance as DNR-RP Item 9A (01/29/20).

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

28

Page 31: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works

Department of Natural Resources – Real Property Supplement

November 4, 2020

DNR 6 Contact: Jack Perdue 410-260-8505

[email protected] 6A. TIMBER SALE Garrett County Recommendation: That the Board of Public Works approve this timber sale of 219,272 board feet of sawtimber, and 219 cords of pulpwood, which will be conducted in Compartment 11 of Savage River State Forest.

Savage River State Forest 39 acres /Compartment 11 (SR-01-21)

Description: This will involve a forest thinning harvest with the goal to release advanced forest regeneration and small sawtimber trees and increase forest stand vigor and site productivity. No bond money was used in the purchase of this land. Authority: Natural Resources Article § 5-102 and § 5-214, Annotated Code of Maryland. Sales Method: Competitive Sealed Bid (One-step method). See BPW Advisory 2005-2. Bids:

Glotfelty Lumber Company MD $81,620.00

Joe Colmer Logging

Northwood Hardwoods

Allegheny Wood Products

MD

PA

WV

$80,808.08

$58,336.00

$48,230.73

Award: Glotfelty Lumber Company Amount: $81,620.00 Estimated Value: $60,277.00

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 29

Page 32: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 1

Contact: Thomas Hickey 410-576-5736

[email protected] 1-C. UNIVERSITY OF MARYLAND, BALTIMORE

On-Call Mechanical/Electrical/Plumbing and Building Envelope Commissioning Services Contract ID: On-Call Mechanical/Electrical/Plumbing (MEP) and Building Envelope (BE) Commissioning Consultant Services for the University of Maryland, Baltimore: RFP #88897 CB/VHR

Contract Description: Professional MEP and BE commissioning services to be provided on an ‘on call as needed’ basis for the University of Maryland, Baltimore. The awarded firms may provide a variety of commissioning services during design, construction, and warranty phases of a project. Awards: MEP Commissioning:

Kibart, Inc., Towson, MD Complete Commissioning, Inc., Baltimore, MD Horizon Engineering Associates, LLP, Baltimore, MD RMF Engineering, Inc., Baltimore, MD Building Envelope Commissioning Services: […] Horizon Engineering, Baltimore, MD Coleman Consulting, Baltimore, MD Gale Associates, Inc., Towson, MD

Procurement Method: Competitive Sealed Proposal Contract Term: 11/5/2020 – 11/4/2023 (w/one two year renewal option) Amount: $4,500,000 (not to exceed) (3-year base term) $2,250,000 (not to exceed) (2-year renewal option) $6,750,000 (not to exceed) Total

REVISED

30

Page 33: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 2

1-C. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d)

On-Call Mechanical/Electrical/Plumbing and Building Envelope Services Proposals: Price Analysis MEP Commissioning: (5 Sample Projects) Kibart, Inc. Technically Qualified $547,245 Complete Commissioning, Inc. Technically Qualified $739,220 Horizon Engineering Associates Technically Qualified $772,830 RMF Engineering, Inc. Technically Qualified $786,635 SitelogIQ-Reynolds Consulting Technically Qualified $902,678 Setty Engineering Technically Qualified $910,150 Johnson, Mirmiran & Thompson Technically Qualified $934,607 Facility Dynamics Engineering Technically Qualified $967,335 […] Building Envelope Commissioning: (5 Sample Projects) […] Horizon Engineering Associates Technically Qualified $294,625 Coleman Consulting Technically Qualified $308,798 Gale Associates, Inc. Technically Qualified $326,690 Intertek (Architectural Testing, Inc.) Technically Qualified $367,694 Facility Dynamic Engineering Technically Qualified $481,795 MBE Participation: To be set for any task order including appropriate subgoals for any

task order over $200,000. Performance Security: None Requesting Institution Remarks: The solicitation was advertised in eMaryland Marketplace Advantage. Fifty One (51) firms were directly solicited of which thirty-five (35) were Maryland State Certified MBEs. Seventeen (17) proposals were received: twelve (12) proposals for MEP Commissioning and ten (10) proposals for BE Commissioning. Proposers were able to propose on one or both categories of commissioning services. One of the proposals was classified as not reasonably susceptible of the award. The remaining proposals were evaluated by an Evaluation Committee which included representatives from UMB’s Office of Strategic Sourcing and Acquisition Services, UMB’s Facilities and Operations, and UMBC’s Department of Facilities Management. After review by the Evaluation Committee, eight firms were shortlisted for MEP Commissioning Services and five firms were shortlisted for BE Commissioning Services. These shortlisted firms provided price proposals consisting of maximum hourly rates for a variety of commissioning staff positions. For analysis and evaluation purposes, the hourly rates were applied to five sample projects using hours for various staff positions based on prior commissioning projects done for UMB.

REVISED

31

Page 34: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 3

1-C. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d)

On-Call Mechanical/Electrical/Plumbing and Building Envelope Services Requesting Institution Remarks (cont’d): Award is recommended to the four technically qualified firms from the MEP category and the three technically qualified firms from the Building Envelope category which provide the best overall value to UMB based on the final results of the technical and financial evaluation. As projects arise, the University will compete each project among the awarded on-call firms. These firms will be required to utilize the quoted maximum hourly rates for any task orders done under the master contracts for the initial term of the contract. Hourly rates may increase in the renewal option term based upon increases in the Consumer Price Index. Through the commissioning efforts that will be performed under these master contracts, the University will strive to have its equipment and systems operate and function at an optimal level of efficiency. In addition, commissioning is an integral part of the LEED certification processes. Fund Source: Various Institutional Funds Resident Businesses:

Company Name – MEP Commissioning Residence Business MD Tax Clearance Kibart, Inc. Yes 20-3025-1111 Complete Commissioning Yes 20-3023-0111 Horizon Engineering Yes 20-3024-0000 RMF Engineering Yes 20-3026-1111

Company Name – BE Commissioning Residence Business MD Tax Clearance

Horizon Engineering Yes 20-3024-0000 Coleman Consulting Yes 20-3028-0111 Gale Associates Yes 20-3030-0111

BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

REVISED

32

Page 35: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 4

Contact: Thomas Hickey 410-576-5736

[email protected] 2-C. UNIVERSITY OF MARYLAND, BALTIMORE UMB Campus Electrical Distribution Upgrade Phase 1A Contract ID: UMB Campus Electrical Distribution Upgrade, RFP #17-317 1A - VHR Recommendation: Award construction contract for UMB Campus Electrical Distribution Upgrade Phase 1A Project Description: The project comprises of underground ductbank installation including all excavation and restoration for two areas. Portions of incoming ductbank from BGE Paca Street substation along Martin Luther King Jr. Blvd. to an existing manhole outside of the existing UMB Recycling Center on Saratoga Street. The ductbank will connect to a number of existing Baltimore City owned manholes that carry BGE electrical feeders to University buildings. Contract Description: To furnish labor, materials, equipment, supplies, supervision, subcontracting and other necessary resources as required to build the Ductbank for future BGE and Campus 13kV Feeders to/from future North Electric Station at the University of Maryland, Baltimore. This is Phase 1A of the total project valued at $74,920,000. Award: Highlander Contracting Company LLC, Sparks, MD Procurement Method: Request for Proposal Term: 10 months from date of notice to proceed Amount: $1,188,386 Proposals:

Proposers

Technical Ranking

Price Ranking

Final Ranking

Price

Highlander Contracting Co LLC Sparks, MD

1 1 1 1,188,386

Ligon & Ligon, Inc. Baltimore, MD

2 3 3 $1,950,000

Pipeway Energy Construction Inc. Baltimore, MD

3 2 2 $1,670,400

Stella May Contracting, Inc. Edgewood, MD

4 4 4 $2,519,770

33

Page 36: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 5

2-C. UNIVERSITY OF MARYLAND, BALTIMORE (cont’d) UMB Campus Electrical Distribution Upgrade Phase 1A MBE Participation: 15.% Sub-goals: 7% African American 4% Asian American Performance Security: 100% performance bond Requesting Institution Remarks: The solicitation was advertised in eMaryland Marketplace, the University’s eBid Board, and distributed to the Office of Minority Affairs and to MBE associations on May 7, 2019. Four (4) bids were received. Award is recommended to Highlander Contracting Company LLC based on a technical and price evaluation with technical weighing greater. Highlander was the highest ranked technically and provided the lowest price. This project was previously approved by BPW on September 4, 2019, Item 4-C. The previous contract was terminated for convenience due to permitting issues with Baltimore City. Once permitting was resolved, the University resolicited for a new contract. Sustainability: The new duct bank was routed to maintain existing trees and other green spaces. Fund Source: MCCBL of 2016 Provide funds to construct the UMB Central

Electric Substation and Electrical Infrastructure Upgrades. Item #167 - $1,000,000 MCCBL of 2018 Provide funds to construct the UMB Central Electric Substation and Electrical Infrastructure Upgrades. Item #233 - $188,386

Resident Businesses: Yes MD Tax Clearance: 20-2836-0111 BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

34

Page 37: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 6

Contact: Thomas Hickey 410-576-5736

[email protected] 3-C-BP. UNIVERSITY OF MARYLAND, BALTIMORE COUNTY Health Services & Counseling Building Project Contract ID: Design/Build Contract for the Health Services & Counseling

Building Project at the University of Maryland, Baltimore County -#BC-21167-C

Recommendation: Award of Bid Package 1 (sole bid package) Contractor: The Whiting-Turner Contracting Company, Baltimore, MD Prior Approval: USM Item 3-C (1/29/20) (design and pre-construction services) Project: This new building will provide an integrative center for health and restorative practice. The building includes university health services, counseling center, student conduct and community standards, and spirituality and meditation. Bid Package 1 Description: All costs for construction of the project inclusive of excavation, site work, concrete, masonry, steel, general construction, permanent modular construction, casework, carpentry, roofing, drywall, mechanical, electrical, fire protection, and flooring. This is the first and final bid package for this project. Contract Term: Ten months for construction Construction Modification: $14,111,014 Original Contract Amount: $1,462,990 Revised Amount: $15,574,004

Funding: Institutional Funds and USM Auxiliary Revenue Bonds MBE Participation: 5% MBE Compliance: 6.2% Performance Security: 100% performance bond required. Requesting Institution Remarks: This Design/Build contract was initially awarded for design and preconstruction services. Upon completion of the project design, the Design/Build Contractor competitively bid the trade packages for the construction of this project resulting in this bid package.

35

Page 38: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 7

3-C-BP. UNIVERSITY OF MARYLAND, BALTIMORE COUNTY (cont’d) Health Services & Counseling Building Project Sustainability: The project includes the following sustainable features:

• water use reduction with low-consumption plumbing fixtures • advanced metering of the electric, natural gas, and water systems to monitor and track

consumption • interior lighting controls to maximize energy efficiency of lighting • landscape design to remove irrigation needs

Resident Business: Yes

MD Tax Clearance: 20-2695-1111 BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

36

Page 39: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 8

Contact: Thomas Hickey 410-576-5736

[email protected] 4-C-BP. UNIVERSITY OF MARYLAND, COLLEGE PARK for FROSTBURG STATE UNIVERSITY

Education and Health Sciences Center Bid Package 2 of 2

Contract ID: Construction Management at Risk Services for Frostburg State University Education & Health Sciences Center, RFP # 68057-B Recommendation: Award Construction Bid Package 2 Contractor: Barton Malow, Baltimore, MD Prior Approval: USM Item 3-C (8/22/2018) (Pre-Construction Services)

USM Item 4-C-BP (4/1/2020) (Bid Package 1) Project: The project is to construct a 109,000 GSF, 57,010 NASF Education Professions & Health Sciences Center at Frostburg State University. The Education & Health Sciences Center will house the College of Education (including the new Doctorate in Educational Leadership), the College of Liberal Arts & Sciences, Professional Health programs, several pre-professional health programs, the Center for Rural Health, and student health and wellness services. The University anticipates that the final value of this contract will be approximately $79 million. Bid Package Description: This bid package includes the remaining construction trades consisting of structural steel, masonry, mechanical and electrical systems, roofing, communication and audio visual systems, elevators, flooring, and casework. Contract Term: Seventy months, including preconstruction, construction and

warranty period. This Bid Package Amount: $60,715,631 Current Contract Amount: $7,204,489 Revised Contract Amount: $67,920,120

37

Page 40: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 9

4-C-BP. UNIVERSITY OF MARYLAND, COLLEGE PARK for FROSTBURG STATE UNIVERSITY (cont’d)

Education and Health Sciences Center Bid Package 2 of 2

Funding Source: MCCBL 2020 Provide funds to continue design, construction, and

equipping of a new Education and Health Sciences Center, and relocate utility systems at the site, provided that notwithstanding Section 6 of this Act, work may continue on this project prior to the appropriation of all funds necessary to complete this project. Item 20-307: $27,312,780

NOTE: Chapter 537, Acts of 2020 pre-authorized $43,655,000 in FY 2022 for this project. $28,452,851 (See Requesting Institution Remarks) Academic Revenue Bonds: $4,950,000

MBE Participation: 15%; Subgoal: 7%, African American MBE Compliance 18.22% Performance Security: Equal to contract amount

Requesting Institution Remarks: This Construction Management contract was initially approved for pre-construction phase services early in the design phase. Bid package 1 was approved by this board on 4/1/2020 (Item 4-C-BP.) This is the second and final bid package for this project. The University requests approval of this bid package, which exceeds currently available funding. The University will return to the Board to authorize FY 2022 funding when it becomes available. Until further funding is available, the University will authorize the contractor to perform only work that does not exceed currently available funds. Sustainability: Project design complies with the Maryland State and Green Building Council’s High-Performance Green Building Program and will achieve a LEED Silver rating. The project includes the following sustainable features:

• Areas of green roof and reduced water usage through high-efficiency low flow plumbing fixtures; • A design guided by the Life Cycle Cost Analysis process, ensuring reasonable payback on first costs; • Energy efficient equipment and control strategies including the use of a dedicated heat recovery chiller, air side energy recovery wheels, and heat pipes to capture thermal energy from relief air; • Demand control ventilation to minimize the conditioning of outside air, airside economizer to utilize “free cooling” when outside conditions are favorable;

38

Page 41: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Board of Public Works University System of Maryland

Supplement November 4, 2020

USM 10

4-C-BP. UNIVERSITY OF MARYLAND, COLLEGE PARK for FROSTBURG STATE UNIVERSITY (cont’d) Education and Health Sciences Center Bid Package 2 of 2 Sustainability (cont’d):

• Reductions in lighting power below required baseline energy use; • Energy-savings strategies in aggregate that are modeling a 14.1% energy costs savings below a baseline model; • Use of building materials having a low environmental impact.

Resident Business: Yes MD Tax Clearance: 20-2972-0000 BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

39

Page 42: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

Larry J. Hogan Governor Boyd K. Rutherford Lt. Governor Gregory Slater Secretary

BOARD OF PUBLIC WORKS ACTION AGENDA November 4, 2020

Pages Maryland Aviation Administration (MAA) 1 – 14 Maryland Transportation Authority (MDTA) 15 – 21 Maryland Transit Administration (MTA) 22 – 23 State Highway Administration (SHA) 24 – 33

40

Page 43: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 1 Contact: Jaimini Erskine 410-859-7071

[email protected] 1-GM-MOD. MARYLAND AVIATION ADMINISTRATION Modification: Lease Contract Contract ID: Lease of Land and Facilities Cargo Building D at Baltimore/Washington International Thurgood Marshall (BWI Thurgood Marshall) Airport; MAA-LC-13-015 Contract Approved: DOT Agenda 07/24/2013; Item 39-GM Contractor: Ridgely/BWI LLP Timonium, MD Contract Description: Lease of land and facilities to operate and manage Cargo Building D at BWI Marshall Airport. Modification Description: Supplement No. 2 extends the term for an additional three (3) years. Original Contract Term: 09/01/2013 – 12/31/2020 with an option to extend for three (3) additional one-year periods exercisable on the part of the Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA). Modification Term(s): 01/01/2024 – 12/31/2026 (Modification No. 2, this agenda item) Original Contract Amount: $729,617 annually which consists of a ground rental fee and a building rental fee adjusted annually at the same rate as any percentage increase in the Consumer Price Index. Modification Amount: $795,355 annually (Modification No. 2, this agenda item) consisting of a ground rental fee of $1.22 per square foot per annum and a building rental fee of $10.87 per square foot per annum adjusted annually as any percentage increase in the Consumer Price Index. Prior Mods/Options: Supplement No. 1 consecutively exercised the three (3) one-year option periods provided in the original contract extending the contract through December 31, 2023. Revised Total Contract Amount: $10,122,656 Requesting Agency Remarks: The contractor leases and manages Cargo Building D at BWI Thurgood Marshall and subleases spaces to various subtenants. The contractor’s subtenants include cargo operators such as the Federal Express Corporation and United Parcel Service. In order for the subtenants to continue their operations within the building, the contractor requested an extension of the contract term to lease and manage the building to support these subtenants. The rental rates for the extension are annually adjusted by the percentage increase in the Consumer Price Index.

41

Page 44: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 2 1-GM-MOD. MARYLAND AVIATION ADMINISTRATION (cont’d) Agency Remarks (cont’d): This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202(3); COMAR 21.01.03.03.B(1)(d); however, the contract and any modifications must be approved by the Board of Public Works because the contract constitutes a lease and use of State Property under State Finance and Procurement Article, §10-305. Resident Business: Yes MD Tax Clearance: 20-2531-0001 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 42

Page 45: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 3

ATTACHMENT I

Amount Term BPW/DCAR Date Reasons

Original Contract $5,350,526 09/01/2013-12/31/2020

07/24/2013, Item 39-GM

Original Contract

Modification #1 $2,386,065 01/01/2020-12/31/2023

(effective 06/01/2019)

MDOT MAA exercised three one-year options, extending original contract to 12/31/2023.

Modification #2 $2,386,065 01/01/2024-12/31/2026

11/04/2020, Item 1-GM-MOD

Modification to extend the contract to 12/31/2026.

Revised Contract Amount $10,122,656 09/01/2013-

12/31/2026

43

Page 46: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 4 Contact: Jaimini M. Erskine 410-859-7071

[email protected] 2-GM-MOD. MARYLAND AVIATION ADMINISTRATION Modification: Lease Contract Contract ID: Lease of Space at Baltimore-Washington International Thurgood Marshall (BWI Thurgood Marshall) Airport Terminal Building; MAA-LC-16-001 Contract Approved: DOT Agenda 06/23/2015; Item 16-GM Contractor: Transportation Security Administration Egg Harbor Township, NJ Contract Description: Lease of space with the Transportation Security Administration (TSA) at BWI Thurgood Marshall. The TSA pays rental rates to the Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) for the use of terminal space. Modification Description: Modification No. 11 extends the term for an additional 5 years. Original Contract Term: 01/01/2016 – 12/31/2020 Modification Term(s): 01/01/2021 – 12/31/2025 (Modification No. 11, this agenda item) Original Contract Amount: $9,702,029 Modification Amount: $12,834,280 (Modification No.11, this agenda item) Prior Mods/Options: This is a federal government contract. Any changes to this federal government contract, including those at the option of TSA, are documented within a Supplement. Supplemental Agreement No. 1 increased the annual federal funding for the purpose of paying rent to MDOT MAA for the lease of space. Supplemental Agreement No. 2 reflected a change in space to include the lease of an explosive storage magazine pad to safely store canine explosives training aids used in the daily on-site training of canine teams. Supplemental Agreement No. 3 reflected an increase of 435 square feet of space due to the terminal reconfiguration and relocation of TSA leased space necessary under the D/E Connector project. Supplemental Agreement No. 4 increased the annual federal funding for the purpose of paying rent to MDOT MAA. Supplemental Agreement No. 5 reflected a decrease of 27 square feet of space due to the reconstruction of Gate D-8 stairwell. Supplemental Agreements No. 6 and No. 7 increased the annual federal funding for the purpose of paying rent to MDOT MAA. Supplements No. 8, No. 9 and No. 10 provided additional federal funding for emergency COVID-19 cleaning costs and expended those funds for each instance that emergency cleaning was necessary. Revised Total Contract Amount: $22,793,298 rent due to MDOT MAA

44

Page 47: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 5 2-GM-MOD. MARYLAND AVIATION ADMINISTRATION (cont’d) Requesting Agency Remarks: The MDOT MAA has a continuing relationship with TSA for the lease of facilities to support the security screening operations at BWI Thurgood Marshall. The current contract was originally approved by the Board of Public Works as Item 16-GM on June 23, 2015 and does not extend beyond December 31, 2020. As mutually agreed, this modification will allow an additional five years, extending the term through December 31, 2025. The contract may terminate in whole or in part with or without cause upon ninety days prior written notice to the other party. The rental rates for the additional five-year term are based on the published standard rates and fees at BWI Thurgood Marshall for the initial year, increased by three percent for each subsequent year of the lease term. This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202(3); COMAR 21.01.03.03.B(1)(d); however, the contract and any modifications must be approved by the Board of Public Works because the contract constitutes a lease and use of State Property under State Finance and Procurement Article, §10-305. Resident Business: No __________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION– THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

45

Page 48: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 6

ATTACHMENT I

Amount Term BPW/DCAR Date Reasons

Original Contract $9,702,029 01/01/2016-12/31/2020

06/23/2015, 16-GM Original Contract

Modification #1 No Change No Change (effective 01/22/2016)

TSA Federal funding for payment of rent to MDOT MAA.

Modification #2 $9,704,347 No Change (effective 07/01/2016)

Modification to incorporate the lease of an explosive storage magazine pad.

Modification #3 $9,967,398 No Change (effective 12/01/2016

Modification to incorporate an increase of space due to the terminal reconfiguration and relocation of TSA leased space under MDOT MAA’s D/E Connector project.

Modification #4 No Change No Change (effective 01/01/2018)

TSA Federal funding for payment of rent to MDOT MAA.

46

Page 49: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 7

ATTACHMENT I

Amount Term BPW/DCAR Date Reasons

Modification #5 $9,959,018 No Change (effective 02/01/2018)

Modification to incorporate a decrease of space due to reconstruction of Gate D-8 stairwell.

Modification #6 No Change No Change (effective 01/01/2019)

TSA Federal funding for payment of rent to MDOT MAA.

Modification #7 No Change No Change (effective 01/01/2020)

TSA Federal funding for payment of rent to MDOT MAA.

Modification #8 $10,000 No Change (effective 08/26/20)

TSA Federal funding for COVID-19 cleaning costs.

Modification #9 No Change No Change (effective 08/28/20)

TSA Federal funding for COVID-19 cleaning costs.

Modification #10 No Change No Change (effective 09/02/20)

TSA Federal funding for COVID-19 cleaning costs.

47

Page 50: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 8

ATTACHMENT I

Amount Term BPW/DCAR Date Reasons

Modification #11 $12,834,280 01/01/2021 - 12/31/2025

11/04/2020, Item 2-GM-MOD

Modification to extend the contract term for an additional 5 years.

Revised Contract Amount

$22,793,298

48

Page 51: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 9 Contact: Jaimini M. Erskine 410-859-7071

[email protected] 3-GM. MARYLAND AVIATION ADMINISTRATION General/Miscellaneous: Lease and Concession Contract Contract ID: Lease of Land and Facilities and Conduct Commercial Aeronautical Activities; MAA-LC-20-038 Contract Description: Lease of land and facilities to operate and maintain a corporate hangar and conduct commercial aeronautical activities including air taxi/charter, aircraft maintenance, and other aviation related sales and services provided at Martin State Airport (MTN). Contractor: Trident Aircraft Baltimore, MD Contract Term: 12/01/2020 - 11/30/2030 Amount: The contractor shall pay the greater of 1) a Minimum Monthly Guarantee of $15,291.68, based on the current fair market value land rental rate of $0.6044 per square foot per annum and facility rental rate of $8.7769 per square foot per annum, or 2) the percentage of gross revenue applicable for commercial aeronautical activities conducted at MTN (currently 3% for air taxi/charter and aircraft maintenance and 2% for other aviation related sales and services). Land and facility rental rates will be adjusted according to new fair market value appraisals. All rates are subject to annual Consumer Price Index adjustments. Requesting Agency Remarks: The contractor shall be responsible for all costs and expenses associated with the operation and maintenance of the corporate hangar including the leased land and facility and the utility costs associated with their leased premises. Over the ten-year term of this contract, the Maryland Department of Transportation Maryland Aviation Administration anticipates receiving approximately $1.83 Million in revenues. This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202(3); COMAR 21.01.03.03.B(1)(d). However, the contract and any modifications must be approved by the Board of Public Works because the contract constitutes a use of State Property under State Finance and Procurement Article, §10-305. Resident Business: Yes MD Tax Clearance: 20-2001-1111 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

49

Page 52: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 10 Contact: Jaimini M. Erskine 410-859-7071

[email protected] 4-GM. MARYLAND AVIATION ADMINISTRATION General/Miscellaneous: Lease and Concession Contract Contract ID: Lease of Land and Facilities and Conduct Commercial Aeronautical Activities; MAA-LC-21-020 Contract Description: Lease of land and facilities to operate and maintain a corporate hangar and conduct commercial aeronautical activities including air taxi/charter, aircraft maintenance, and other aviation related sales and services provided at Martin State Airport (MTN). Contractor: IBW Air Services Cockeysville, MD Contract Term: 12/01/2020 - 11/30/2030 Amount: The contractor shall pay the greater of 1) a Minimum Monthly Guarantee of $13,998.94, based on the current fair market value land rental rate of $0.6044 per square foot per annum and a facility rental rate of $8.7769 per square foot per annum, or 2) the percentage of gross revenue applicable for commercial aeronautical activities conducted at MTN, (currently 3% for air taxi/charter and aircraft maintenance and 2% for other aviation related sales and services). Land and facility rental rates will be adjusted according to new fair market value appraisals. All rates are subject to annual Consumer Price Index adjustments. Requesting Agency Remarks: The contractor shall be responsible for all costs and expenses associated with the operation and maintenance of the corporate hangar including the leased land and facility and the utility costs associated with their leased premises. Over the ten-year term, the Maryland Department of Transportation Maryland Aviation Administration anticipates receiving approximately $1.68 Million in revenues. This type of revenue-producing contract at a transportation facility is outside the scope of the State Procurement Law (State Finance and Procurement Article §11-202(3); COMAR 21.01.03.03.B (1)(d). However, the contract and any modifications must be approved by the Board of Public Works because the contract constitutes a use of State Property under State Finance and Procurement Article, §10-305. Resident Business: Yes MD Tax Clearance: 20-2000-0001 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

50

Page 53: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 11 Contact: Linda Dangerfield 410-859-7097

[email protected] 5-M. MARYLAND AVIATION ADMINISTRATION Maintenance Contract Contract ID: Interior/Exterior Lighting Maintenance and Light Pole Inspection, Repair and Maintenance at Baltimore/Washington International Thurgood Marshall (BWI Thurgood Marshall) and Martin State (MTN) Airports; MAA-MC-21-022

ADPICS No.: MAAMC21022 Contract Description: This contract provides for all the necessary labor and equipment required to maintain and repair various exterior and interior lighting and electrical systems, including re-lamping and light pole inspection, repair, and maintenance at BWI Thurgood Marshall and MTN Airports. Award: Lighting Maintenance Inc. Linthicum, MD Contract Term: 12/01/2020 – 11/30/2023 Amount: $2,933,750 (3 years, base term) $2,028,348 (2-year renewal option) $4,962,098 (Aggregate value, including one 2-year option) Procurement Method: Competitive Sealed Bidding Bids: Lighting Maintenance Inc. $4,962,098 Linthicum, MD Hatzel & Buehler, Inc. $5,835,129 Hunt Valley, MD Living Wage Eligible: Yes MBE Participation: 18% Performance Security: 100% Performance and Payment Bond Incumbent: Enterprise Electric Company Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace Advantage and the Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) website on August 13, 2020. The MDOT MAA directly solicited 10 prospective bidders. Two (2) bids were received on September 17, 2020. MDOT MAA reached out to the

51

Page 54: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 12 5-M. MARYLAND AVIATION ADMINISTRATION (cont’d) Agency Remarks (cont’d): non-bidders to inquire why they did not bid and received one response stating the firm had other commitments. The incumbent contractor, Enterprise was acquired by Hatzel & Buehler, Inc. Fund Source: 100% Special Funds (Transportation Trust Funds) Approp. Code: J06I0002 Resident Business: Yes MD Tax Clearance: 20-2981-1111 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

52

Page 55: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 13 Contact: Linda Dangerfield 410-859-7097

[email protected] 6-RP. MARYLAND AVIATION ADMINISTRATION Real Property – Surplus Recommendation: That the Board of Public Works approve the Maryland Department of Transportation Maryland Aviation Administration (MDOT MAA) deeming real property as surplus as it is excess to the agency’s needs. Authority: Transportation Article, § 10-305 State Finance and Procurement Article, § 10-305 Annotated Code of Maryland Property: MC# 20-3043

Former Chesapeake Park, (± 0.771 acres), located at MD 587 and Wilson Point Road, Middle River MD 21220 in Baltimore County.

Grantor: State of Maryland, MDOT MAA Grantee: Baltimore County Consideration: $22,400 Appraised Value: $22,400 – George Peabody (Selected) 2020 update $20,000 – George Peabody (Selected) 2018 $16,800 – Karen Belinko (Approved) 2018 William Caffrey, Review Appraiser Special Conditions: N/A Legislative Notice: N/A State Clearinghouse: The Clearinghouse conducted an intergovernmental review of the project under MD20200507-0348. It is recommended to declare the +/- 0.771 acre perpetual sewer easement surplus to the needs of the State – contingent upon consideration of the Maryland Department of the Environment’s qualifying comments – for improvement of a sewer pumping station (former Chesapeake Park) located at MD 587 and Wilson Point Road. Requesting Agency Remarks: In 1975, MDOT MAA acquired the site as part of the original acquisition of Martin State Airport. The MDOT MAA in support of Baltimore County improvements to an existing Sewer Pumping Station intends to grant a perpetual easement consisting of 0.771 acres +/- to Baltimore County. The pumping station currently operates near Martin State Airport on MDOT MAA property under a perpetual easement (0.543 acres +/-) executed on January 26, 1950. Prior to upgrading the pumping station, the County proposes to

53

Page 56: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 14 6-RP. MARYLAND AVIATION ADMINISTRATION (cont’d) Agency Remarks (cont’d): reconfigure and increase the limits of the existing easement. The MDOT MAA proposes to dispose the subject property in the near future. _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

54

Page 57: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 15 Contact: Donna DiCerbo 410-537-7814

[email protected] 7-M. MARYLAND TRANSPORTATION AUTHORITY Maintenance Contract Contract ID: Janitorial Services William Preston Lane Memorial Bridge Facilities; MT-3132 0000 Contract Description: This contract provides janitorial services for the Maryland Transportation Authority’s (MDOT MDTA’s) William Preston Lane (WPL) Memorial Bridge Facilities. Award: National Center on Institutions and Alternatives, Inc. Baltimore, MD Contract Term: 12/01/2020–11/30/2023 (w/1 two-year renewal option) Amount: $449,281 NTE (3 Years, Base Contract)

$336,088 NTE (2 Years, Renewal Option) $785,369 NTE Total (5 Years)

Procurement Method: Preferred Provider Living Wage Eligible: No (Preferred Provider) MBE Participation: 0% Performance Security: None Incumbent: Yes Requesting Agency Remarks: This contract will be performed by a Community Service Provider. The Pricing and Selection Committee approved the rates for these services on September 8, 2020. Janitorial supplies are included in the contract total and the contract specifies that supplies be purchased from Blind Industries of Maryland, also a Community Service Provider. The provider shall furnish all labor, equipment and supplies to provide janitorial services. Services include but are not limited to daily cleaning and general disinfecting of surfaces as well as periodic cleaning services for carets, various types of floors and windows. Fund Source: 100% Special (Toll Revenue) Approp. Code: J00J00.41

REVISED

55

Page 58: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 16 7-M. MARYLAND TRANSPORTATION AUTHORITY Maintenance Contract Resident Businesses: Yes MD Tax Clearances: 20-2977-1110 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

REVISED

56

Page 59: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 17 Contact: Donna DiCerbo 410-537-7814

[email protected] 8-M. MARYLAND TRANSPORTATION AUTHORITY Maintenance Contract Contract ID: Security Systems Maintenance & Service; MT-3135-0000 Contract Description: This contract provides for security systems maintenance and repairs to the Maryland Department of Transportation Maryland Transportation Authority (MDOT MDTA) Authority-Wide Security Systems. Award: ARK Systems, Inc. Columbia, MD Contract Term: 12/01/2020–11/30/2025 Amount: $934,369 Procurement Method: Competitive Sealed Bidding Bids:

ARK Systems, Inc. $934,369 Columbia, MD S3 Integration, LLC $5,664,663 Baltimore, MD

Living Wage Eligible: Yes MBE Participation: 8% (See Remarks) VSBE Participation: 1% (See Remarks) Performance Security: None Incumbent: ARK Systems, Inc. Columbia, MD Requesting Agency Remarks: On June 24, 2020, MT-3135-0000 was advertised on eMaryland Marketplace Advantage (eMMA.) A copy of the solicitation was also sent to the Governor’s Office of Small, Minority & Women Business Affairs, and Vetbiz. This solicitation was advertised as an Invitation for Bids (IFB) with an 8% Minority Business Enterprise (MBE) and 1% Veteran Small Business Enterprise (VSBE) Goal. This project did not contain a Small Business Reserve designation because there were zero firms who could perform work on this contract. Bids were opened on August 7, 2020, and MDTA received two (2) bids.

57

Page 60: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 18 8-M. MARYLAND TRANSPORTATION AUTHORITY (cont’d) Agency Remarks (cont’d): The vendor shall provide periodic maintenance, inspection, general repair, and emergency repair services for MDTA’s existing security systems. The contract includes all labor, supervision, materials, parts, hardware, software, software support agreements, supplies, tools, equipment, transport, expenses, and all unspecified incidental items. ARK Systems Inc. (ARK) was determined to be the lowest responsive and responsible bidder, with a bid amount of $934,369, and ARK has committed to meeting the established 8% MBE and 1% VSBE goals. The second bidder, S3 Integrated, LLC (S3), filed a protest via e-mail On August 19, 2020 and again on September 14, 2020, disputing the qualifications and bid amount of the first bidder, ARK. On September 15, 2020, the protest was denied. No appeal was filed. Fund Source: 100% Special (Toll Revenue) Approp. Code: J00J00.41 Resident Businesses: Yes MD Tax Clearances: 20-2739-1111 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

58

Page 61: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 19 Contact: Donna DiCerbo 410-537-7814

[email protected] 9-M. MARYLAND TRANSPORTATION AUTHORITY Maintenance Contract Contract ID: Janitorial Services Fort McHenry Tunnel (FMT) East Vent Building, Police Detachment; MT-3116-0000 Contract Description: This contract provides for janitorial services for the Maryland Department of Transportation Maryland Transportation Authority (MDOT MDTA’s) FMT Vent Building, Police Detachment. Award: P-2 Cleaning Services LLC (Certified Small Business)

Laurel, MD Contract Term: 12/01/2020*–11/30/2023 (Three (3) year base with one, 2-year

renewal option) (*or earlier upon BPW approval) Amounts: $152,310 NTE (3 Years, Base Contract)

$101,540 NTE (Renewal Option, Year 4 and Year 5) $253,850 NTE Aggregate Total (5 Years)

Procurement Method: Competitive Sealed Bidding (Small Business Reserve) Bids:

P2 Cleaning Services LLC Laurel, MD

$ 253,850

Shine Brite Finishing LLC Waldorf, MD

$ 263,815

Nadal Company LLC Catonsville, MD

$ 299,213

Ready Clean Services Group Inc. Baltimore, MD

$ 299,213

Time Organization LLC Baltimore, MD

$ 542,751

JaWa LLC Bowie, MD

$2,849,040

Living Wage Eligible: Yes

59

Page 62: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 20 9-M. MARYLAND TRANSPORTATION AUTHORITY (cont’d.) MBE Participation: 0% (See Remarks) Performance Security: None Incumbent: No Requesting Agency Remarks: Maryland Works waived this contract on June 7, 2019. On March 9, 2020, this contract was advertised on eMaryland Marketplace Advantage (eMMA.) A copy of this solicitation was also sent to the Governor’s Office of Small, Minority & Women Business Affairs. This solicitation was advertised as an Invitation for Bids (IFB), designated as a Small Business Reserve (SBR) procurement with no Minority Business Enterprise (MBE) or Veteran Small Business Enterprise (VSBE) goals. Bids were opened on July 22, 2020. The MDTA received ten (10) bids. Two (2) of the ten (10) bids arrived late and were therefore rejected. No appeal was filed. This contract is for the provision of janitorial services for MDTA’s FMT East Vent Building, Police Detachment. Work shall be performed in accordance with the terms, conditions and specifications herein, for the daily, weekly, monthly, quarterly, semi-annually, and annual cleaning of the FMT East Vent Building, Police Detachment. The lowest bidders bid was rejected on September 13, 2020 because the MDTA could not determine the overall bid amount due to errors and omissions on the Bid Worksheet. The rejection was protested via e-mail on September 20, 2020. On October 2, 2020, the protest was denied. No appeal was filed. The second lowest bidders bid was rejected on September 14, 2020 because the MDTA could not determine the overall bid amount due to contradictory pricing information on the Bid Worksheet and in a “Special Proposal” that was submitted with the bid. The “Special Proposal” also contained terms and conditions that did not conform to the terms and conditions contained in the IFB. The rejection was protested via e-mail on September 14, 2020. On October 5, 2020, the protest was denied. No appeal was filed. P-2 Cleaning Services, LLC, (P-2 Cleaning) was determined to be the apparent lowest bidder, with a bid amount of $253,850. P-2 Cleaning is also a State Certified Small Business Firm. The MBE goal was established at 0% due to the scope of work and nature of work. One hundred percent of the work on this contract will be performed by a State Certified Small Business. Fund Source: 100% Special (Toll Revenue) Approp. Code: J00J00.41

60

Page 63: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 21 9-M. MARYLAND TRANSPORTATION AUTHORITY (cont’d.) Resident Business: Yes MD Tax Clearance: 20-2453-1101 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

61

Page 64: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 22 Contact: William L. Parham 410-767-8374

[email protected] 10-E. MARYLAND TRANSIT ADMINISTRATION Equipment Contract Contract ID: Transit Vehicle Electronic Air Cleaners; BM-21-1001

ADPICS No.: P5107571 Contract Description: This contract provides the Maryland Department of Transportation Maryland Transit Administration’s (MDOT MTA) Bus Division with transit vehicle electronic air cleaners for its transit buses. Award: Gillig, LLC Hayward, CA Contract Term: One-time purchase, anticipated NTP of 11/05/2020 Amount: $354,838 Procurement Method: Competitive Sealed Bidding Bids: Gillig, LLC $354,838 Hayward, CA Climate Comfort Technologies $385,000 Commerce City, CO New Flyer Industries $430,050 Winnipeg, Canada MBE Participation: 0% (Single Element of Work) Incumbent: None Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace Advantage on July 17, 2020 notifying 183 vendors, and was directly solicited to three (3) vendors. Three (3) bids were received on August 7, 2020. This contract provides for electronic air cleaners for MDOT MTA’s buses that will improve the air quality inside of the buses for passengers and operators. Due to the COVID-19 pandemic, an effective and efficient method of disinfecting the air inside of the buses is necessary in order to drastically reduce and eliminate the possibility of the virus spreading throughout the vehicles.

62

Page 65: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 23 10-E. MARYLAND TRANSIT ADMINISTRATION (cont’d) Fund Source: 100% Federal Funds Approp. Code: J05H0105 Resident Business: No MD Tax Clearance: 20-2686-1110 . _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 63

Page 66: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 24 Contact: Jada Wright 410-545-0330

[email protected] 11-AE. STATE HIGHWAY ADMINISTRATION Architecture/Engineering Contract Contract ID: Survey and Engineering Services, District 5; BCS 2017-05 F

ADPICS No. SBCS1705F

Contract Description: This contract is one (1) of six (6) open-ended, work-order based contracts to provide preliminary and final engineering design, and surveying services for District 5, primarily utilized by the Maryland Department of Transportation State Highway Administration’s (MDOT SHA) Office of Highway Development. Award: A. Morton Thomas & Associates, Inc.

Towson, MD Contract Term: 11/19/2020 – 11/18/2025 Amount: $3,000,000 NTE Procurement Method: Qualification Based Selection Proposals: Technical

Proposal Rating (Max 100)

Technical Ranking

Award

Rummel, Klepper & Kahl, LLP Baltimore, MD 85.09 1

Contract A BPW Approved

06/03/2020

KCI Technologies, Inc. Baltimore, MD 82.77 2

Contract B BPW Approved

08/12/2020 Prime AE Group, Inc. Baltimore, MD 78.42 3 Contract C

Century Engineering, Inc. Hunt Valley, MD 77.35 4

Contract D BPW approved

08/12/2020

The Wilson T. Ballard Consulting Engineers Owings Mills, MD 77.27 5

Contract E BPW Approved

10/21/2020 A. Morton Thomas and Associates, Inc. Towson, MD 75.69 6 $3,000,000 NTE

(Contract F)

64

Page 67: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 25 11-AE. STATE HIGHWAY ADMINISTRATION (cont’d) DBE Participation: 27% Incumbents: None Requesting Agency Remarks: On September 25, 2018, the solicitation was advertised in The Daily Record, on the Maryland Department of Transportation State Highway Administration’s (MDOT SHA) web page and eMaryland Marketplace. A total of 939 firms were notified via eMaryland Marketplace. An additional 519 were directly solicited. The consultant shall perform preliminary and final designs of highway, bicycle, and pedestrian improvement projects, including highway geometric design; surveys including topographic data collection and metes and bounds, Right of Way mapping and plat creation, bicycle and pedestrian facility design; hydrology and hydraulics drainage design (including stormwater management, sediment and erosion control and stream relocation design); utility design; traffic engineering and analysis, urban streetscape and landscape design; environmental design and assessments, project planning, structural design, pavement design, right of way appraisals, geotechnical investigations, constructability reviews, construction management and inspection; support for public involvement and outreach efforts; utility designation; test pitting; and engineering reviews of shop and working drawings. Consultant staff may be asked to provide on-site assistance for all services previously listed. Fund Source: 80% Federal; 20% Special (Transportation Trust Funds) Approp. Code: J02B0101 Resident Business: Yes MD Tax Clearance: 20-2933-1111 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

65

Page 68: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 26 Contact: Jada Wright 410-545-0330

[email protected]

12-AE. STATE HIGHWAY ADMINISTRATION Architecture/Engineering Contract

Contract ID: Construction Management and Inspection (CMI) Services, Districts 3, 4 and Statewide; BCS 2019-06 A and BCS 2019-06 D

ADPICS No. SBCS1906A and SBCS1906D

Contract Description: These contracts are two (2) of nine (9) open-ended, work-order based contracts to provide construction management and inspection of all phases of construction and systems preservation related operations on nearly all District 3 and 4 construction contracts. Services are intended primarily for Districts 3 and 4; however, construction management and inspection services may be used in other districts, statewide, should the need arise.

Award: Greenman-Pedersen, Inc./O’Connell & Lawrence, Inc./ (Contract A) Century Engineering, Inc. Columbia, MD

Wallace Montgomery, LLC/Development (Contract D) Facilities, Inc./EBA Engineering, Inc. Hunt Valley, MD

Contract Term: 11/19/2020 – 11/18/2025

Amount: $16,500,000 NTE (Contract A) $16,500,000 NTE (Contract D) $33,000,000 NTE – Aggregate Total

Procurement Method: Qualification Based Selection

Proposals: Technical Proposal

Rating (Max 100)

Technical Ranking Award

Greenman-Pedersen, Inc./O’Connell & Lawrence, Inc./Century Engineering, Inc. Columbia, MD

87.18 1 $16,500,000 NTE (Contract A)

Rummel, Klepper & Kahl, LLP Baltimore, MD 82.46 2 Contract B

Johnson, Mirmiran & Thompson, Inc. Hunt Valley, MD 82.30 3 Contract C

Wallace Montgomery, LLC/Development Facilities, Inc./EBA Engineering, Inc. Hunt Valley, MD

81.08 4 $16,500,000 NTE (Contract D)

66

Page 69: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 27

12-AE. STATE HIGHWAY ADMINISTRATION

Proposals (cont’d.):

Technical Proposal Rating

(Max 100)

Technical Ranking Award

WSP USA/ATCS, PLC/McCormick Taylor, Inc. Baltimore, MD 79.48 5 Contract E

KCI Technologies, Inc./STV, Inc. Sparks, MD 78.41 6 Contract F

Gannett Fleming, Inc./Michael Baker International, Inc. Baltimore, MD

78.29 7 Contract G

Stantec/AECOM Laurel, MD 77.8 8 Contract H

A.Morton Thomas & Associates, Inc./Whitney,Bailey, Cox & Magnani, LLCTowson, MD

75.44 9 Contract I

DBE Participation: 22% (Contract A) 22% (Contract D)

Incumbents: None Requesting Agency Remarks: On April 25, 2019, the solicitation was advertised in The Daily Record, on the Maryland Department of Transportation State Highway Administration’s (MDOT SHA) web page and eMaryland Marketplace (eMM). A total of 910 firms were notified via eMaryland Marketplace. An additional 462 were directly solicited.

The consultant shall perform field inspection services for cleaning and painting of steel bridges, statewide.

Consultant staff may be asked to provide on-site assistance for all services previously listed.

Fund Source: 80% Federal; 20% Special (Transportation Trust Funds)

Approp. Code: J02B0101

Resident Businesses: Yes

67

30% 30%

MHeaton
Cross-Out
MHeaton
Cross-Out
MHeaton
Text Box
See Record Correction Secretary Item #17 (1/6/21)
Page 70: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 28 12-AE. STATE HIGHWAY ADMINISTRATION (cont’d) MD Tax Clearances: Greenman-Pedersen, Inc./O’Connell & Lawrence, Inc. 20-2932-1111

/Century Engineering, Inc,

Wallace Montgomery & Associates, LLC/ 20-2802-1111 Development Facilities, Inc./ EBA Engineering, Inc. _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 68

Page 71: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA January 6, 2021

Contact: Jada Wright 410-545-0330 [email protected]

17. DEPARTMENT OF TRANSPORTATIONRecord Correction

Recommendation: That the Board of Public Works accept a correction to the record in which a contract’s DBE goal was incorrectly reported.

Original Approval: MDOT SHA Agenda, 12-AE, 11/04/2020 Contract: Construction Management & Inspection (CMI)

Services, Districts 3, 4 and Statewide Contract ID: BCS 2019-06 A and BCS 2019-06 D

Approved DBE Participation Goal: 22% Corrected DBE Participation Goal: 30%

BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION 25

Page 72: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 29 Contact: Jada Wright 410-545-0330

[email protected] 13-M. STATE HIGHWAY ADMINISTRATION Maintenance Contract Contract ID: Mail Courier Service for the Western Maryland Area; W02036M20 ADPICS NO: W02036M20 Contract Description: To provide the SHA with mail courier service on an established route to the Western Maryland area, which begins in Baltimore City and routes to and through Frederick to LaVale. Awards: Shura, Inc. Pikesville, MD Contract Term: 01/01/2021* – 12/31/2023 *(or earlier upon BPW approval) Amount: $288,584 NTE Procurement Method: Preferred Provider Living Wage Eligible: No MBE Participation: 0% (Single Element of Work) Performance Security: None Incumbent: Shura, Inc. Pikesville, MD Requesting Agency Remarks: This three (3) year contract will provide the Maryland Department of Transportation State Highway Administration (MDOT SHA) with mail courier service for an established route; to the District Offices, Shops and Labs in Western Maryland. This daily courier service begins at MDOT SHA Headquarters in Baltimore City and makes stops in a specified order throughout Western Maryland, including Frederick and LaVale. On August 21, 2020, the Pricing and Selection Committee and the Employment Works Program met to recommend the price for this service, which they determined to be fair and reasonable. This contract was not considered for Living Wage Eligibility as it is procured through a Preferred Provider. Fund Source: 100% Special Funds (Transportation Trust Fund) Approp. Code: J02B0101

J02B0102 J02B0104

REVISED

69

Page 73: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 30 13-M. STATE HIGHWAY ADMINISTRATION (cont’d) Resident Business: Yes MD Tax Clearance: 20-2722-0110 _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

REVISED

70

Page 74: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 31 Contact: Glen Carter 410-865-1270

[email protected] 14-RP. THE SECRETARY OFFICE Real Property – Disposition Recommendation: That the Board of Public Works approve the Maryland Department of Transportation The Secretary’s Office (MDOT TSO) disposing of real property as it is excess to the agency’s needs. Authority: Transportation Article, § 8-309 (d) Annotated Code of Maryland Property: MC# 17-2532

Former Frances T. Fogler (+/- 0.164 acres), located on E/s Willow Road, north of US 50/301 and west of Ridgely Avenue, Annapolis, in Anne Arundel County.

Grantor: State of Maryland, MDOT SHA Grantee: Scott Wilson Consideration: $25,310 Appraised Value: $21,000 – Tom Herbert (Selected) Wesley Barkley, SHA Review Appraiser Special Conditions: N/A Legislative Notice: N/A State Clearinghouse: N/A Requesting Agency Remarks: In 1987, the Maryland Department of Transportation State Highway Administration (MDOT SHA) acquired the site for the I-68 & U.S. 50/301-East of Admiral Drive to East of Ridgely Road project. The subject is no longer needed by MDOT. MDOT TSO proposes to convey the subject property to the adjoining owner through a competitive sealed bid sale of $25,310 which is 120% of the appraised value. _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

71

Page 75: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 32 Contact: Glen Carter 410-865-1270

[email protected] 15-RP. THE SECRETARY OFFICE Real Property – Disposition Recommendation: That the Board of Public Works approve the Maryland Department of Transportation The Secretary’s Office (MDOT TSO) disposing of real property as it is excess to the agency’s needs. Authority: Transportation Article, § 8-309 (d) Annotated Code of Maryland Property: MC# 17-2533

Former James C. Schryver, Cora Madeline Lee and Cora M. Lee (+/- 0.183 acres), located on Willow Road, north of US 50/301 and west of Ridgely Avenue, Annapolis, in Anne Arundel County.

Grantor: State of Maryland, MDOT SHA Grantee: Theodore Krauss Consideration: $21,310 Appraised Value: $2000 to $15,000 – Tom Herbert (Selected) $15,000 – Wesley Barkley, SHA Review Appraiser Special Conditions: N/A Legislative Notice: N/A State Clearinghouse: N/A Requesting Agency Remarks: In 1987, the Maryland Department of Transportation State Highway Administration (MDOT SHA) acquired the site for the I-68 & U.S. 50/301-East of Admiral Drive to East of Ridgely Road project. A disposal plan was approved by BPW on March 4, 2020, agenda Item 16-RP. MDOT TSO proposes to convey the subject property to the adjoining owner through a competitive sealed bid sale of $21,310 which is 142% of the appraised value. _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

72

Page 76: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF TRANSPORTATION ACTION AGENDA November 4, 2020

MDOT 33 Contact: Olu Okunola 410-545-8754

[email protected] 16-RP. STATE HIGHWAY ADMINISTRATION Real Property – Disposition Recommendation: That the Board of Public Works approve the Maryland Department of Transportation State Highway Administration (MDOT SHA) disposing real property as it is excess to the agency’s needs. Authority: Transportation Article, § 8-309(f)(1)(ii) Annotated Code of Maryland Property: MC# 20-2683

Former Nathaniel Rogers (0.101 acres ±), located on the south side of I-95 at Cobb Road in Lanham, Prince Georges County.

Grantor: State of Maryland, MDOT SHA Grantee: Washington Metropolitan Area Transit Authority (WMATA) Consideration: $55,250 Appraised Value: $55,250 – Kathleen Kohler (Selected) Wesley Barkley, Review Appraiser Special Conditions: N/A Legislative Notice: N/A State Clearinghouse: N/A Requesting Agency Remarks: In 1955, MDOT SHA acquired the property for the Capital Beltway Roadway Improvement project. The property is no longer needed. MDOT SHA proposes to convey the subject property to the adjoining owner, WMATA, through a negotiated sale of $55,250 which is 100% of the appraised value. _____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

73

Page 77: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Item# Category Pages

1 - 6 Capital Grants and Loans 1 - 6

7 Architecture and Engineering 7 - 8 8 - 9 Construction 9 - 12 10 - 17 Services 13 - 30 18 - 22 Information Technology 31 - 42 23 Maintenance 43 - 44 24 General Obligation Bond Proceeds 45 - 46 25 Real Property 47 - 48 26 - 29 Tenant Lease 49 – 52 30 Supplemental- Information Technology 53 31 Supplemental- Information Technology 55 32 Supplemental- Information Technology 56 33 Supplemental- Information Technology 58

74

Page 78: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 1

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Shirley Kennedy 410-767-4107

[email protected] 1-CGL. CAPITAL GRANTS AND LOANS Recommendation: That the Board of Public Works certify matching funds and enter into a grant agreement for the following grant:

Board of Directors of the American Legion Department of Maryland, Incorporated American Legion Southern Maryland District Youth Camp (Prince George’s County)

“For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Southern Maryland District Youth Camp facilities, located in Princes Georges County.”

Maryland Consolidated Capital Bond Loan of 2019 (LHI – Chapter 14, Acts of 2019), DGS Item G059; (SL-111-190-038) $ 250,000

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2021 and the Board of Public Works to certify a matching fund. The Board of Directors of the American Legion Department of Maryland, Incorporated is utilizing the value of property to meet their matching fund requirement for this project. The Department of General Services, Real Estate Office, reviewed the appraisal for 9201 Surratts Road, Cheltenham, Maryland 20623 and accepted a value of $1,241,000 to meet the matching fund requirement.

Background: Total Project $ 500,000 19-G059 (This Action) $ 250,000 (match) Local Cost $ 250,000 Remarks: 1. This action is in accordance with the enabling legislation and complies with the tax- exempt

bond provisions of the Internal Revenue Code. 2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-

325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and convey a perpetual preservation easement pursuant to the terms of the enabling legislation.

3. Procurement/Contracts should be submitted to the Department of General Services for eligibility determination.

4. The Office of Comptroller may not disburse State funds until after it verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

75

Page 79: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 2

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Shirley Kennedy 410-767-4107

[email protected] 2-CGL. CAPITAL GRANTS AND LOANS Recommendation: That the Board of Public Works enter into a grant agreement for the following grant:

Board of Trustees of Historic Annapolis, Inc. Historic Annapolis Restoration (Anne Arundel County)

“For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of facility and infrastructure improvements to the Brice House and other historic properties leased to Historic Annapolis, Inc. (Anne Arundel County).”

Maryland Consolidated Capital Bond Loan of 2020 (MISC– Chapter 537, Acts of 2020) DGS Item 158, (SL-026-150-038) $ 1,000,000 Matching Fund: No match is required.

Background: Total Project $7,225,000 20-158 (This Action) $1,000,000 – (non-match) 19-153 (Prior Action) $3,000,000 – (non-match) 15-G015 (Prior Action) $ 250,000 – (match) Local Cost $2,975,000

(Prior Actions: 4/27/16 Agenda, Item 31-CGL; 11/20/19 Agenda, 9-CGL) Remarks: 1. This action is in accordance with the enabling legislation and complies with the tax- exempt

bond provisions of the Internal Revenue Code. 2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-

325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and convey a perpetual preservation easement pursuant to the terms of the enabling legislation.

3. Procurement/Contracts should be submitted to Department of General Services for eligibility determination.

4. Invoices should be submitted to the Department of General Services for the disbursement of funds.

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

76

Page 80: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 3

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Shirley Kennedy 410-767-4107

[email protected] 3-CGL. CAPITAL GRANTS AND LOANS Recommendation: That the Board of Public Works enter into a grant agreement for the following grant:

Board of Directors of Howard County Youth Program Howard County Youth Program (Howard County)

“For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of various facility improvements for HCYP athletic facilities.

Maryland Consolidated Capital Bond Loan of 2018 (LSI– Chapter 9, Acts of 2018) DGS Item 217, (SL-116-180-038) $ 100,000 Matching Fund: No match is required.

Background: Total Project $ 260,000 18-217 (This Action) $ 100,000 – (non-match) Local Cost $ 160,000 Remarks: 1. The grant agreement has been revised to include Howard County, Maryland as a

“beneficiary” throughout the document. 2. This action is in accordance with the enabling legislation and complies with the tax- exempt

bond provisions of the Internal Revenue Code. 3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-

325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and convey a perpetual preservation easement pursuant to the terms of the enabling legislation.

4. Procurement/Contracts should be submitted to Department of General Services for eligibility determination.

5. Invoices should be submitted to the Department of General Services for the disbursement of funds.

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

77

Page 81: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 4

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Shirley Kennedy 410-767-4107

[email protected] 4-CGL. CAPITAL GRANTS AND LOANS Recommendation: That the Board of Public Works enter into a grant agreement for the following grant: Board of Directors of the Taxpayers Improvement Association of Patapsco Park, Inc.

Lloyd Keaser Community Center (Anne Arundel County) “For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Lloyd Keaser Community Center, including repairs to the building’s roof, bathrooms, and HVAC system.

Maryland Consolidated Capital Bond Loan of 2018 (LHI– Chapter 9, Acts of 2018) DGS Item G101, (SL-115-180-038) $ 35,000 Matching Fund: No match is required.

Background: Total Project $70,000 18-G101 (This Action) $35,000 – (non-match) Local Cost $35,000 Remarks: 1. The grant agreement has been revised to include Anne Arundel County as a “beneficiary”

throughout the document. 2. This action is in accordance with the enabling legislation and complies with the tax- exempt

bond provisions of the Internal Revenue Code. 3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-

325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and convey a perpetual preservation easement pursuant to the terms of the enabling legislation.

4. Procurement/Contracts should be submitted to the Department of General Services for eligibility determination.

5. Invoices should be submitted to the Maryland Office of the Comptroller for the disbursement of funds.

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

78

Page 82: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 5

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Shirley Kennedy 410-767-4107

[email protected] 5-CGL. CAPITAL GRANTS AND LOANS Recommendation: That the Board of Public Works certify matching funds and enter into grant agreements for the following grants:

Board of Directors of the Morningside Volunteer Fire Department, Inc. Morningside Volunteer Fire Department and Job Training Center (Prince George’s County)

“For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of the Morningside Volunteer Fire Department facility, including the establishment of a job training facility, located in Prince George's County.”

Maryland Consolidated Capital Bond Loan of 2019 (LHI – Chapter 14, Acts of 2019), DGS Item G061; $ 125,000 Maryland Consolidated Capital Bond Loan of 2019 (LSI – Chapter 14, Acts of 2019), DGS Item G120; (SL-112-190-038) $ 200,000

Matching Fund: The MCCBL requires the grant recipient to provide a matching fund no later than June 1, 2021 and the Board of Public Works to certify a matching fund. The Board of Directors of the Morningside Volunteer Fire Department, Inc. has submitted evidence that it has a commitment letter from the Town of Morningside for $25,000 and $83,000 in eligible expenditures to meet the matching fund requirement for this project.

Background: Total Project $ 750,000 19-G061 (This Action) $ 125,000 (match- $40,000) 19-G120 (This Action) $ 200,000 (match- $55,000) Local Cost $ 250,000 Remarks: 1. This action is in accordance with the enabling legislation and complies with the tax- exempt

bond provisions of the Internal Revenue Code. 2. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-

325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and convey a perpetual preservation easement pursuant to the terms of the enabling legislation.

3. Procurement/Contracts should be submitted to the Department of General Services for eligibility determination.

4. The Office of Comptroller may not disburse State funds until after it verifies that the grant recipient has expended the matching fund and the required amount for reimbursement.

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

79

Page 83: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 6

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Shirley Kennedy 410.767.4107

[email protected] 6-CGL. CAPITAL GRANTS AND LOANS Recommendation: That the Board of Public Works enter into a grant agreement for the following grant:

Board of Directors of Lexington Market, Inc. Lexington Market Revitalization (Baltimore City)

“For the acquisition, planning, design, construction, repair, renovation, reconstruction, site improvement, and capital equipping of Lexington Market.”

Maryland Consolidated Capital Bond Loan of 2020 (MISC– Chapter 537, Acts of 2020) DGS Item 163, (SL-068-160-038) $ 2,000,000 Matching Fund: No match is required.

Background: Total Project $ 40,000,000 20-163 (This Action) $ 2,000,000 (Non-match) 19-158 (Prior Action) $ 500,000 (Non- match)

18-149 (Prior Action) $ 500,000 (Non-match) 17-126 (Prior Action) $ 2,000,000 (Non-match) 16-G135 (Prior Action) $ 350,000 (Match) Local Cost $ 34,650,000

(Prior Actions: 11/20/19 Agenda, Item 10 CGL; 7/24/19 Agenda, Item 32-CGL; 4/18/18 Agenda, Item 24-CGL) Remarks:

1. The grant agreement has been revised to include Mayor and City Council of Baltimore as a “beneficiary” throughout the document.

2. This action is in accordance with the enabling legislation and complies with the tax- exempt bond provisions of the Internal Revenue Code.

3. The grant recipient shall consult with the Maryland Historical Trust pursuant to Sections 5A-325 to 328, State Finance and Procurement Article, Annotated Code of Maryland, and convey a perpetual preservation easement pursuant to the terms of the enabling legislation.

4. Procurement/Contracts should be submitted to Department of General Services for eligibility determination.

5. Invoices should be submitted to the Department of General Services for the disbursement of funds.

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

80

Page 84: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 7

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Lauren Buckler 410-767-3274

[email protected] 7-AE. ARCHITECTURE AND ENGINEERING CONTRACT

Department of Natural Resources Contract ID: Comfort Stations & Bathhouses Replacements at Patapsco Valley State Park;

P-020-200-002 ADPICS No.: 001B1600147

Contract Description: Design of the comfort stations and bathhouses replacements at Patapsco Valley State Park in Howard and Baltimore Counties. Award: Penza Bailey Architects; Baltimore, MD (Certified Small Business) Contract Term: 18 months Amount: $664,661 Procurement Method: Qualification Based Selection Proposals:

Offeror Technical Ranking Penza Bailey Architects; Baltimore, MD 1 WGM Architects; Annapolis, MD 2 Frederick Ward Associates; Bel Air, MD 3

MBE/VSBE Participation: 60.22% (Subgoals: African-American 11.37%, Female 36.27%) Performance Security: N/A Incumbent: N/A Requesting Agency Remarks: This solicitation was advertised on eMaryland Marketplace Advantage (eMMA) February 21, 2020. Three firms submitted technical proposals, and all were evaluated as responsive. DGS OSP negotiated a fair, competitive and reasonable fee with the highest ranked firm. This design and replacement will be completed in compliance with the Maryland High Performance Green Building Act. Fund Source: POS20, Item 004 ($332,000.00)

POS18, Item 007 ($ 330.50) LWCF Grant ($332,330.50)

81

Page 85: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 8

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

7-AE. ARCHITECTURE AND ENGINEERING CONTRACT (cont’d) Approp. Code: K00A05.10 Outdoor Recreation Land Loan Resident Business: Yes MD Tax Clearance: 20-2541-1111

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

82

Page 86: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 9

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Lauren Buckler 410-767-3274

[email protected] 8-C. CONSTRUCTION CONTRACT Department of Natural Resources Contract ID: Greenbrier State Park Dam Access Road Repairs at the Greenbrier State Park; P-052-180-202 ADPICS No.: 001B1600145 Contract Description: Road repairs for dam access at Greenbrier State Park in Washington County. Award: DSM Properties, LLC; Baltimore, MD Contract Term: 365 Calendar Days Amount: $649,711 Procurement Method: Competitive Sealed Bidding Bids:

Bids Amount DSM Properties, LLC.; Baltimore, MD $ 649,711 Triangle Contracting, LLC; Jefferson, MD $ 660,311 C J Miller, LLC; Finksburg, MD $ 669,000 Outdoor Contractors Inc.; Hancock, MD $ 762,366 VKM Contracting; Laurel, MD $ 822,450 Celsue Construction Services Inc.; Laurel, MD $ 1,443,615 C. William Hetzer, Inc.; Hagerstown, MD $ 1,599,490 Image Asphalt Maintenance, Inc.; Pasadena, MD $ 1,746,135 Franco's Liberty Bridge, Inc.; Clinton, MD $ 33,828,141

MBE/VSBE Participation: 25% / N/A Performance Security: Performance and payment bonds for 100% of contract amount Incumbents: N/A Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on the DGS website and eMaryland Marketplace Advantage on July 16, 2020. Nine bids were received and opened on September 2, 2020. DSM Properties, LLC has been found responsible and its bid responsive. The bid pricing has been confirmed.

83

Page 87: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 10

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

8-C. CONSTRUCTION CONTRACT (cont’d) Fund Source: POS 2019 Item 006 Approp. Code: K00A05.10 Outdoor Recreation Land Loan Resident Business: Yes MD Tax Clearance: 20-2726-0111 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

84

Page 88: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 11

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Lauren Buckler 410-767-3174 [email protected]

9-C. CONSTRUCTION CONTRACT Department of General Services

Recommendation: That the Board of Public Works approve the following Task Orders under previously-approved Master Contracts.

Authority: State Finance and Procurement Article, Annotated Code of Maryland, § 13-113; COMAR 21.05.13.06

Procurement Method: Task Order under Master Contract

1.0 Master Contract: Fire Protection & Related Services; DGS-20-300-IQC Approved: DGS 18-C, 07/22/2020 Term: 08/13/2020 - 08/12/2025

1.1 Using Agency: Department of Agriculture Description: Replace fire alarm system at Department of Agriculture in Annapolis; AG-501-201-001 Award: Siemens, Inc.; Baltimore, MD Number of Qualified Master Contractors: 3 (Central Region) Number of Bids: 3 Amount: $48,900 Term: 90 calendar days MBE/VSBE Participation: N/A / N/A Resident Business: Yes Funding Source: MCCBL 2020 Provide funds for repair and rehabilitation of State-owned capital facilities. Item 104

2.0 Master Contract: Roofing Work & Related Services; DGS-19-307-IQC Approved: DGS 11-C, 01/08/2020 Term: 01/09/2020 - 01/08/2025

2.1 Using Agency: Office of the Chief Medical Examiner Description: Roof Replacement, wall repairs and cladding replacement at the Office of the Chief Medical Examiner in Baltimore City. New roof will include increased insulation to meet current code, white reflective coating to reduce heat island effect, and proper sealing of the building that will increase system efficiencies and improve indoor air quality; AG-501-201-001. Award: Cole Roofing Co., Inc; Baltimore, MD

85

BH-111-180-003

MHeaton
Cross-Out
MHeaton
Text Box
See Record Correction: Secretary Item 24 (12/2/20)
Page 89: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 12

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

9-C. CONSTRUCTION CONTRACT (cont’d) 2.0 Master Contract: Roofing Work & Related Services; DGS-19-307-IQC

Number of Qualified Master Contractors: 12 Number of Bids: 3 Amount: $2,625,000 Term: 270 Calendar days MBE Participation: 10% / N/A Resident Business: Yes Funding Source: MCCBL 2019 Provide funds for the repair and rehabilitation of State–owned capital facilities, provided that $165,000 of this authorization made for the purpose of facilities renewal may be expended only for facility renewal projects at the Anne Arundel County Food and Resource Bank including repairs to the warehouse roof. Item 103

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

86

Page 90: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

BOARD OF PUBLIC WORKS SECRETARY'S

ACTION AGENDA December 2, 2020

Contact: Samantha Buchanan 410-260-7552 [email protected]

24. DEPARTMENT OF GENERAL SERVICESRecord Correction

Recommendation: That the Board of Public Works accept a correction to the record in which a Task Order number was incorrectly reported.

Original Approval: DGS OSP Agenda, Item 9-C-2.1, 11/04/2020 Contract Description: Roof Replacement, wall repairs and cladding

replacement at the Office of the Chief Medical Examiner in Baltimore City.

Approved Task Order No.: AG-501-201-001 Corrected Task Order No.: BH-111-180-003

_____________________________________________________________________________ BOARD OF PUBLIC WORKS THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

36

Page 91: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 13

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: John Enright 301-429-7672

[email protected] 10-S. SERVICES CONTRACT

Department of Housing and Community Development, Division of Credit Assurance

Contract ID: Asset Management Physical Site Inspection Services; S00R0600013

ADPICS No.: BS00B0600097 Contract Description: Property inspection services to monitor physical condition and management performance of multifamily projects financed by DHCD as part of its mission to provide quality affordable housing. Awards: CECA, LLC; Lanham, MD Term: 11/19/2020 - 03/31/2023 Amount: $175,590 Procurement Method: Competitive Sealed Bidding (Single Bid Received) MBE/VSBE Participation: 35% / N/A Performance Security: N/A Incumbents: PCI Consultants, Inc.; Nottingham, MD Requesting Agency Remarks: The Department of Housing and Community Development (DHCD) has had great difficulty securing multi-vendor responses to solicitations for these multi-family property inspection services. The recommended award is the result of a single bid, received for the third solicitation advertised by DHCD. DHCD originally advertised a Request for Proposals (RFP) in February 2018. The RFP was canceled after producing only two susceptible offers. In September 2018, a second solicitation was advertised; however, it too was cancelled after receiving a single proposal determined to be reasonably susceptible of being considered for award. On November 26, 2019, the third attempt at soliciting these services was made. DHCD issued a less complex Invitation For Bids (IFB) in an attempt to encourage competition among vendors that may have previously been deterred by the complexity of the proposal drafting. The IFB was advertised on eMaryland Marketplace Advantage (eMMA), electronically notifying 118 potential vendors. Additionally, DHCD directly solicited 33 prospective bidders. The Department received two bids; however, one bid was rejected due to major incurable deficiencies in its MBE submission.

87

Page 92: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 14

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

10-S. SERVICES CONTRACT (cont’d) Agency Remarks (cont’d): CECA’s price can be compared to responses from prior solicitations for the purpose of determining reasonableness. Prices received from vendors during a solicitation issued in 2018 can be used for comparison. Because the 2018 solicitation was an RFP with a longer contract period and the scope of work included multiple types of inspections at varying prices, total contract prices between the 2019 and 2018 solicitations cannot be adequately compared. However, the current solicitation includes only “Complete Routine Inspection” services which were included in the 2018 RFP. These Complete Routine Inspections are substantially similar regarding vendor responsibilities, and so the per-inspection prices from both the old RFP and the current IFB have been compared and it has been determined the CECA, LLC’s bid is fair and reasonable. Fund Source: 100% Special (General Bond Reserve Fund) Appropriation Code: S00.A22.02 Resident Business: Yes MD Tax Clearance: 20-1634-0110 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

88

Page 93: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 15

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Debbie Thornton 410-230-3322

[email protected] 11-S. SERVICES CONTRACT

Department of Juvenile Services Contract ID: Secure Transportation Services; 20-AX-001

ADPICS No.: V00B1600033 Contract Description: Secure transportation services to and from out-of-State residential facilities located within the continental U.S. for youth committed to the care and custody of the Department of Juvenile Services (DJS) and for interstate absconders. Award(s): Youth Transit Authority, LLC.; Middletown, PA Contract Term: 11/19/2020* - 11/30/2023 (*or earlier upon BPW approval) Amount: $391,800 Procurement Method: Competitive Sealed Proposals Proposals:

Offerors Technical Ranking

Financial Total (Ranking)

Overall Ranking

Youth Transit Authority, LLC; Middletown, PA 1 $391,800 (1) 1 Higher Ground Transportation, LLC; Bowie, MD 2 $489,994 (2) 2

Living Wage Eligible: Yes MBE/VSBE Participation: N/A / N/A Performance Security: Yes Incumbent: Same Requesting Agency Remarks: A notice of the availability of the Requests for Proposals (RFP) was advertised on eMaryland Marketplace Advantage on May 26, 2020. The solicitation notice was sent directly to 11 prospective vendors including one Maryland firm and one certified-MBE firm. Two proposals were received, both of which were determined to be reasonably susceptible of being selected for award.

89

Page 94: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 16

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

11-S. SERVICES CONTRACT (cont’d) Agency Remarks (cont’d): DJS provides individualized care and treatment to youth who are alleged or adjudicated offenders. Some youth that may pose a risk to themselves or to public safety are placed in residential facilities located both within and outside of the State requiring transportation to and from the facilities in a safe and secure manner. Additionally, youth from Maryland who have absconded and have subsequently been detained in other states require secure transportation to return to the State through the Interstate Compact for Juveniles. DJS places approximately 60 youth in out-of-State placements, annually. Of these youth, roughly 30 will require secure transportation services. The remaining are transported by staff from out-of-State facilities. DJS currently uses out-of-State placement facilities in Arizona, Florida, Georgia, Iowa, Michigan, Pennsylvania, Tennessee, and Virginia. Fund Source: 100% General Approp. Code: V00E0101 Resident Business: No MD Tax Clearance: 20-2407-1000 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

90

Page 95: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 17

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Olawanle Turton 410-543-4086

[email protected] 12-S. SERVICES CONTRACT Department of Health, Deer’s Head Hospital Center Contract ID: Medical Administrative Management of the Kidney Dialysis Unit at Deer’s Head Hospital Center; MDH/OPASS 21-18582

ADPICS No.: M00B1600201 Contract Description: Administrative services, as-needed, at Deer's Head Hospital in Salisbury, Maryland for patients being treated for kidney disease. Programs and services provided through Deer’s Head Hospital include Chronic Hemodialysis, Acute Hemodialysis, Peritoneal Dialysis, and Chronic Kidney Disease Program. Award: Peninsula Nephrology Associates; Salisbury, MD Contract Term: 12/01/2020 - 11/30/2025 Amount: $240,000 Procurement Method: Competitive Sealed Bidding Bids:

Bidders Amount Peninsula Nephrology Associates; Salisbury, MD $240,000 Delmarva Kidney & Hypertension Specialists, LLC; Salisbury, MD $325,001

Living Wage Eligible: Yes MBE/VSBE Participation: N/A / N/A Performance Security: N/A Incumbents: Same Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on eMaryland Marketplace Advantage on July 1, 2020; electronically notifying approximately 338 potential bidders. Additionally, five bidders including two Maryland firms were notified directly. Two bids were received and opened on August 4, 2020. Peninsula Nephrology Associates has been found responsible and its bid responsive. The bid pricing has been confirmed.

91

Page 96: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 18

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

12-S. SERVICES CONTRACT cont’d) The contractor will be responsible for the overall administration of the unit and be the liaison between the unit and other departments within the hospital. Through this administration, the contractor will ensure that patients receive efficient and effective treatment for kidney disease. The position of Medical Director for the dialysis clinic at Deer's Head Hospital Center is required to be filled by a physician with specialty training in Nephrology. The average salary for a nephrologist is approximately $305,000 annually, exceeding the highest annual salary on the State’s physician salary scale (PHY0010/13 = $271,485). In Salisbury, there are two nephrology groups, both of which provided bids. Research has indicated that the next closest nephrologist group to Deer's Head Hospital Center is located in Easton, Maryland; approximately 50 miles away. Because this position requires approximately 10 hours of work per week at non-structured times and considering the location of these services and the difficulties the Department has had in recruiting this specialty, MDH has determined it serves the State’s best interest to contract this position; rather than recruit a merit PIN. Fund Source: 50% General, 50% Special (Hemodialysis Revenue) Approp. Code: M03006 Resident Business: Yes MD Tax Clearance: 20-2811-0111 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

92

Page 97: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 19

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Kelly Devilbiss 301-745-4139

[email protected] 13-S. SERVICES CONTRACT Department of Health Contract ID: Pharmaceutical Services at Various Medical Facilities throughout Maryland; 21-18875, 21-18876, 21-18877, 21-18878, 21-18879, 21-18874 ADPICS No.: M00B1600177, M00B1600178, M00B1600179, M00B1600115,

M00B1600180, M00B1600116 Contract Description: Pharmaceutical services including dispensing and delivery of medications and clinical pharmacist consultations and services at:

Deer’s Head Hospital Center; Holly Center; Potomac Center; Regional Institute for Children and Adolescents – Baltimore; Regional Institute for Children and Adolescents - John L. Gildner/Rockville; and Western Maryland Hospital Center.

Award: Allied Pharmaceutical Services, Inc.; Rockville, MD Contract Term: 11/19/2020 - 11/18/2025 Amount: $9,625,838 Procurement Method: Competitive Sealed Bidding (Single Bid Received) Living Wage Eligible: Yes MBE/VSBE Participation: N/A / N/A Performance Security: N/A Incumbents: Allied Pharmaceutical Services, Inc.; PharmaCare Institutional

Services Requesting Agency Remarks: A notice of availability of an Invitation for Bids (IFB) was posted on eMaryland Marketplace Advantage on May 14, 2020; electronically notifying approximately 363 potential vendors. The Department directly notified six potential bidders including five Maryland firms. One bid was received and opened on June 25, 2020. Allied Pharmaceutical Services, Inc.; has been found responsible and its bid responsive. The bid pricing has been confirmed.

93

Page 98: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 20

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

13-S. SERVICES CONTRACT (cont’d) Agency Remarks (cont’d): After bid receipt, firms not submitting a bid were surveyed to determine their reasons for not responding to the IFB. The surveys returned indicated other commitments preclude our participation, scope of work is beyond our present capacity, reimbursement unpredictable, and exception to the SOC2 Audit requirement. The contractor will only be paid for actual acquisition costs plus fixed monthly service fees. Contractor shall bill the patient’s insurance or Medicaid/Medicare/Medical Assistance for any medications. If patients do not have insurance or Medicaid/Medicare/Medical Assistance invoices shall be submitted to the facilities’ Contract Monitor. Over the counter medications will be billed to the facilities. The Department did not consider breaking this out by region. The IFB provided a robust description for each facility requiring services and outlined that the Department could award up to six separate contracts. Prospective bidders were not required to bid on all facilities. Bids could be submitted for as many or as few of the facilities that the bidders felt qualified to provide services. The Department is satisfied that all prospective bidders were given an opportunity to respond. Based on the history of contracts providing these services for the State and current markets, the price has been determined to be fair and reasonable. Deer’s Head Hospital Center (21-18875): The current contract award was $3,000,000 in 2014 for a period of five years. The total funds expended to date are $2,512,592.73. With the expectation of cost increases since the current contract has been in place and with expected cost increases over the 5-year period that the current solicitation will cover and along with the estimated patient census for the next 5-year period, Deer’s Head Hospital Center has determined the bid to be fair and reasonable based on historical price and usage data from the current contract. Holly Center (21-18876): The current contract awarded to Allied Pharmaceutical Services in 2014 for $540,396.01was for a period of five years. The total funds expended to date are $283,580.77. With the expectation of cost increase since the current contract was implemented and future cost increase over the five year period of the newly awarded solicitation; along with patient census for the next five year period. Holly Center has determined the bid of $391,421.22; which is $148,974.79 lower than the current contract of $540,396.01 to be fair and reasonable based on historical price and usage data from the current contract.

94

Page 99: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 21

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

13-S. SERVICES CONTRACT cont’d) Agency Remarks (cont’d): Potomac Center and SETT (21-18877): The Potomac Center previous pharmaceutical contract with Pharmacare Institutional Services of Cumberland, MD which was started in 2013. It was a five year contract for a total of $960,172.70 for just the Potomac Center facility. The SETT pharmaceutical services were provided through an interagency agreement with the Springfield Hospital. The current requested contract with Allied Pharmaceutical Services, Inc is a - year contract for the Potomac Center and SETT facilities for $1,805,941.28. The current monthly pharmaceutical costs for the Potomac Center and the SETT, with its current census of 47 and 29 respectively, is approximately $36,980 with Pharmacare which includes a monthly administration fee of $8,500. The requested contract with Allied Pharmaceutical Services, Inc would be approximately $30,100 including administrative fees of $5,916. Under the new contract with Allied Pharmaceutical Services, Inc., the Department expects to see an 18% decrease in monthly pharmaceutical costs, and saving the State over $400,000 over the 5-year period. Regional Institute for Children and Adolescents – Baltimore (21-18878): The current contract award was for $40,000 in 2014 for a period of five years, with extended Modifications, additional monies added, for a total $56,000. The total funds expended to date are $47,618.44. With expectation of cost increases since the current contract has been in place and with expected cost increases over the next five year period and estimated client census, RICA – Baltimore has determined the bid to be fair and reasonable, based on the existing contract usage and pricing. John L. Gildner Regional Institute for Children and Adolescents (21-18879): JLG-RICA provides treatment mostly to youths who when they are enrolled in our program are considered as a family of one and because most do not have a fixed income stream and do not have assets totaling greater than $2500.00 qualify for long-term Medicaid. Allied therefore bills Medicaid directly for most of the medications JLG-RICA receives. The most significant portion of expenditures that is paid for directly by JLG-RICA is the monthly fee for consultation and administrative costs which is $650 per month and the cost of across the counter medications. The $650 per month is the amount the Department is currently paying under the current contract with Allied and will not increase over the next 5-years. The other prices are based on costs that are not controlled by the Department, but which the State can audit, making those as reasonable as can be expected.

95

Page 100: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 22

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

13-S. SERVICES CONTRACT cont’d) Agency Remarks (cont’d): Western Maryland Hospital Center (21-18874): The current contract award was for $5,066,265.00 in 2014 for a period of five years. The total funds expended to date are $3,799,753.12. With the expectation of cost increases since the current contract has been in place and with expected cost increases over the 5-year period that the current solicitation will cover and along with the estimated patient census for the next 5-year period, Western Maryland Hospital Center has determined the bid offering as fair and reasonable based on historical price and usage data from the current contract. For the current and former contracts awarded by MDH to Allied Pharmaceutical Services, Inc.; the Department has found the services rendered to be satisfactorily. Fund Source: 100% General Approp. Code: M03004, M017001, M18001, M06101, M12101, M02100 Resident Business: Yes MD Tax Clearance: 20-2005-1111 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

96

Page 101: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 23

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Katrina Lawhorn 410-468-2374

[email protected] 14-S. SERVICES CONTRACT

Maryland Insurance Administration Contract ID: Life and Health Independent Review Organization Consulting Services;

MIA-20-002 ADPICS No.: D80B1600007

Contract Description: Medical expertise, as-needed, from an independent review organization to serve as an expert witness on external reviews of adverse decisions by insurance carriers upon receipt of a consumer complaint. Awards: Maximus Federal Services, Inc.; Reston, VA Island Peer Review Organization; Lake Success, NY CoreVisory, Inc.; Novi, MI Contract Term: 12/01/2020 - 11/30/2025 Amount: $1,590,000 Procurement Method: Competitive Sealed Proposals Proposals:

Offeror Technical Ranking

Financial Offer

(Ranking)

Overall Ranking

Maximus Federal Services, Inc. Reston, VA 1 $1,128,750 (2) 1

Island Peer Review Organization Lake Success, NY 2 $1,590,000 (4) 2

CoreVisory, Inc. Novi, MI 3 $1,388,250 (3) 3

Federal Hearings and Appeals Services, Inc. Plymouth, PA 4 $962,100 (1) 4

Living Wage Eligible: Yes MBE/VSBE Participation: N/A / N/A Performance Security: N/A

97

Page 102: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 24

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

14-S. SERVICES CONTRACT (cont’d) Incumbents: Island Peer Review; Lake Success, NY

Maximus Federal Services Inc; Reston, VA Virginia Health Quality Center; Richmond, VA

Requesting Agency Remarks: A notice of the availability for Request for Proposal (RFP) was posted on eMaryland Marketplace Advantage on February 21, 2020. Copies of the RFP were e-mailed directly to five prospective vendors. Five proposals were received in response and it was determined that four proposals were reasonably susceptible of being selected for award. One was determined not to be a responsible offeror because the vendor's technical proposal did not meet all of the requirements listed under the RFP and the vendor was notified on August 6, 2020. The evaluation committee determined that the Maximus, IPRO and CoreVisory proposals were most advantageous to the State and would be the most beneficial to MIA in assuring its ability to protect consumers. Although FHAS provided the lowest financial proposal, it also provided the lowest technical proposal and provided the least number of Board-Certified Physicians. Per section 6.5.3, technical factors received greater weight than financial factors. This included the work plan, specialized training of the individuals who would perform the work, as well as the size and scope of the vendor’s network of Board-Certified Physicians. The scope of services to be performed by the IRO will include the review of a complaint regarding an Adverse Decision by a Carrier to determine whether the service or treatment was or was not medically necessary, cosmetic, experimental and investigational, custodial or unproven. When the Administration sends a complaint to an IRO for review, Maryland law requires that the review be performed by an unbiased provider in the same specialty as the area or areas appropriate to the subject for review. In addition, the IRO may not be a subsidiary of, or in any way be owned or controlled by, a health benefit plan, or a trade association of health benefit plans, or a trade association of healthcare providers. Based on the IRO’s medical opinion, the Administration reaches a decision. The uniqueness of the specialty required for the specific case and the contractor’s available network of providers to review the case, determines the complexity. Complaints that involve unique medical questions or cases of first impression are characterized as complex. Not only must the Contractor have a provider available in the unique specialty required, it must also be able to provide a response to MIA in the time specified, since time is always of the essence.

98

Page 103: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 25

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

14-S. SERVICES CONTRACT (cont’d) Fund Source: 100% Special (Fees paid by Carrier Subject to Review) Approp. Code: D80Z01 Resident Businesses: No MD Tax Clearances: Maximus Federal Services, Inc. 20-2704-0111 Island Peer Review Organization 20-2705-1100 CoreVisory, Inc. 20-2706-0000 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

99

Page 104: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 26

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Sandy Johnson 410-767-7408

[email protected] 15-S. SERVICES CONTRACT

RETROACTIVE - Department of Human Services; Social Services Administration, Local Department of Social Services Operations/Residential Child Care Maintenance Payment Program

Contract ID: Residential Child Care Services; SSA/RCCSS-21-003 ADPICS No.: N00B1600090 Contract Description: RETROACTIVE Provide continued Residential Child Care (RCC) services for one youth at the provider’s licensed location in Maryland. Award: Cornerstone Research & Development Center, Inc.

Owings Mills, MD Contract Term: 10/01/2020 - 09/30/2022 Amount: $ 9,540 (Retroactive) $338,014 (Proactive) $347,554 Total Procurement Method: Sole Source (Continuity of Care) MBE/VSBE Participation: N/A / N/A Performance Security: N/A Incumbents: Same Requesting Agency Remarks: The youth is diagnosed with Fetal Alcohol Syndrome, Major Disruptive Disorder, Posttraumatic Stress Disorder, Unspecified Anxiety Disorder, and Developmental Disorder of Reading (dyslexia), and Suicidal ideation. A delay in notification that this youth had been placed with this provider and the required time to process the contract paperwork requires the Board of Public Works’ retroactive approval of this contract. This is a not-to-exceed per diem contract where the provider is paid solely per child, per day and DHS will not be charged for any unused capacity.

100

Page 105: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 27

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

15-S. SERVICES CONTRACT (cont’d) Agency Remarks (cont’d): Residential Child Care programs are defined in COMAR 14.31.02.03B(13) as “a program of care provided in a residential setting by a provider on a 24-hour basis for longer than 24 hours to a child or children unless otherwise provided by State law.” COMAR 14.31.06.01 articulates the standards that must be met and maintained by Residential Child Care programs for children and youth. These requirements are designed to protect the health, safety, and well-being of children placed in Residential Child Care programs. According to the State Finance and Procurement Article Section 13-107 and COMAR 21.05.05.02A (Sole Source Contracts); in order to provide continuity of human or social services care to current clients, the procurement officer shall, before the contract with the current provider expires, attempt to negotiate a sole source contract with the current provider. Based on an assessment by a licensed or certified health practitioner, the head of a funding unit determines that a change in the human or social services provider would have a detrimental impact on those clients currently being served by the provider. The licensed or certified health practitioner shall be a psychologist, social worker, physician, nurse, or qualified developmental disabilities professional, as defined in COMAR 10.22.02.11A. It is in the best interest of the State to approve this retroactive Sole Source contract as it will enable DHS to continue to deliver the support and services that this contract provides. DGS OSP Remarks: RETROACTIVE approval requested pursuant to §11-204(c) State Finance &; Procurement Article. DGS OSP has determined that this contract should be treated as voidable rather than void because: (1) all parties have acted in good faith; (2) ratification for the procurement contract would not undermine the purposes of the Procurement Law; and (3) the violation, or series of violations, was insignificant or otherwise did not prevent substantial compliance with the Procurement Law. Fund Source: 80% General; 20% Federal Approp. Code: N00G0001 Resident Business: Yes MD Tax Clearance: 20-1981-0111 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

101

Page 106: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 28

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Rene Alonso 410-379-9410

[email protected] 16-S-MOD. SERVICES MODIFICATION

Maryland State Police Contract ID: Forensic Biology Casework Sample Analysis; W00B9400035

ADPICS No.: COI83109 Contract Approved: DBM 23-S, 12/19/2018 Contractor: Bode Cellmark Forensic Inc.; Lorton, VA Contract Description: Provide Short Tandem Repeats (STR) analysis of DNA Database Samples from convicted offenders and arrestees on an as-needed back-up basis. These DNA samples provide profiles that are entered into the Combined DNA Index System (CODIS) and are searched against crime scene evidence profiles in order to provide investigative leads and solve more crimes. Modification Description: Add a streamlined testing approach to address Sexual Assault Kit processing to minimize Sexual Assault Casework backlogs. Also, add processing of DNA Database Samples from Convicted Offenders Original Contract Term: 01/01/2019 - 12/31/2024 Modification Term: 11/19/2020 - 12/31/2024 Original Contract Amount: $2,814,895 Modification Amount: $5,000,000 Total Contract Amount: $7, 814,895 Prior Mods/Options: N/A Percent +/- (This Item): 178% Total Percent Change: 178% Original Procurement Method: Request for Proposals MBE/VSBE Participation: N/A / N/A

102

Page 107: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 29

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

16-S-MOD. SERVICES MODIFICATION (cont’d) MBE/VSBE Compliance: N/A / N/A Requesting Agency Remarks: Includes those arrested for crimes of violence and burglary first through third degree plus any attempts of these crimes. The collection of samples from convicted felons in Maryland has been in effect since 2002. The collection of samples from individuals arrested and charged for violent crimes and burglaries began on January 1, 2009. Bode Cellmark Forensic Inc. has demonstrated exceptional service in the area of expertise and efficiency in performing these services. Fund Source: 100% General Approp. Code: E00A0301 Resident Business: No MD Tax Clearance: 20-2523-0111 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

103

Page 108: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 30

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Samantha Buchanan 410-260-7552

[email protected] 17-S. SERVICES CONTRACT Recommendation: That the Board of Public Works approve the following Task Orders/ Purchase Orders under a previously-approved Master Contract. Authority: State Finance and Procurement Article Annotated Code of Maryland, § 13-113; COMAR 21.05.13.06. Procurement Method: Task Order/Purchase Order under Master Contract 1.0 Master Contract: Multi-Functional, Multi-Award Technical Assistance Contract No. M00B0600253 Approved: DBM, 2-S, 03/28/2018 Term: 10/01/2018 - 09/30/2023 Fund Source: 100% Special (Hospital Assessments U201S) 1.1 Using Agency: Health Services Cost Review Commission (HSCRC)

Description: Conduct an independent actuarial analysis of Maryland’s hospital medical liability market and produce a report on those findings for the General Assembly. Report is required by the Report on the Fiscal 2021 State Operating Budget (SB 190) and the State Capital Budget (SB 191) and Related Recommendations by the Chairmen of the Senate Budget and Taxation Committee and House Appropriations Committee (“Joint Chairman’s Report” or “JCR”).

Number of Qualified Master Contractors: 16 (Functional Area 1, 3) Number of Bids: 3 Award: ABT Associates, Inc.; Rockville, MD Amount: $246,543 Term: 01/01/2021 - 12/31/2021

MBE/VSBE Participation: N/A / N/A Resident Business: Yes Fund Source: 100% Special (User Fees)

_____________________________________________________________________________ BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

104

Page 109: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 31

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Stephan Byam 410-462-7498

[email protected] 18-IT. INFORMATION TECHNOLOGY Baltimore City Community College Contract ID: Campus-Wide Enterprise Resource Planning Implementation; BCCC-20-020

ADPICS No.: R95B1600001 Contract Description: Campus -wide enterprise resource planning (ERP) implementation of an integrated software suite that will allow the College to perform its functions on one platform. The system will comprise of a Student Information System (Student Admissions, Student Accounts, Student Registration, Student Portal and Faculty Portal), Financial Management System and Human Resource Management System. Students, Faculty and Staff will all utilize the system to varying degrees depending on their role. Award: Ellucian Company, LP; Reston, VA Contract Term: 11/19/2020 - 09/30/2023 (w/three 1-year renewal options) Amount: $4,913,982 (Base, 3-years)

$ 822,528 (Renewal Option 1, 1-year) $ 822,528 (Renewal Option 2, 1-year) $ 822,528 (Renewal Option 3, 1-year) $7,381,626 Total

Procurement Method: Competitive Sealed Proposal Proposals: Offeror Technical

Ranking Financial Offer

(Ranking) Overall Ranking

Ellucian Company LP; Reston, VA 1 $4,913,982 (Base) $ 822,528 (Option 1) $ 822,528 (Option 2) $ 822,528 (Option 3) $7,381,626 Total

(1)

1

Jensabar; Boston, MA 2 $1,842,099 (Base) *No option years pricing was offered.

2

105

Page 110: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 32

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

18-IT. INFORMATION TECHNOLOGY (cont’d) Living Wage Eligible: Yes MBE/VSBE Participation: 19% / 1% Performance Security: N/A Incumbent: N/A Requesting Agency Remarks: The purpose of this solicitation was to procure a subscription based, Software-as-a-Service (SaaS) solution to serve as the College’s Enterprise Resource Planning (ERP). The ERP will support Academic Services, Student Services, Human Resources, Finance (including Chart of Accounts and procurement), Portal and Reporting & Data Warehousing, and will integrate student and business-facing functions for the College. In addition to the software, the scope includes comprehensive business process changes, user training, data conversion, project management, infrastructure review, and operations and maintenance services. Two proposals were received and evaluated. Although Jenzabar’s technical proposal was notably deficient, BCCC desired to maximize competition by carrying both proposals forward to the financial round. However, Jenzabar also failed to provide a complete financial proposal, even after an opportunity to provide a Best and Final Offer. This resulted in the proposals truly not being comparable. Ellucian L.P. demonstrated significant experience, capabilities and expertise in the area of implementing College-wide ERP systems and has provided a fair and reasonable cost. Therefore, after considering technical and financial factors, Ellucian L.P. is being recommended for award. Fund Source: 100% General Approp. Code: 06695 0861 Resident Business: Yes MD Tax Clearance: 20-2212-1110 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

106

Page 111: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 33

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Carl Hudec 410-865-1372

[email protected]

19-IT-OPT/MOD. INFORMATION TECHNOLOGY OPTION/MODIFICATION Department of Transportation State Highway Administration Contract ID: Intelligent Transportation Systems (ITS) & Land Mobile Radio (LMR) - Maintenance, Repair and Systems Support Services

ADPICS BPO No.: J01B6400014 Contract Approved: DoIT 3-IT, 11/04/2015 Contractor: Communications Electronics, Inc. (CEI); Timonium, MD Contract Description: Provide Intelligent Transportation Systems & Land Mobile Radio Maintenance, Repair and Systems Support Services for the Maryland Department of Transportation State Highway Administration (MDOT SHA) and the Maryland Transportation Authority (MDOT MDTA). Option/Modification Description: Exercise the sole renewal option and increase contract authority to provide sufficient funding for the renewal term. Original Contract Term: 12/01/2015 - 11/30/2020 (w/one 5-year option) Option Term: 12/01/2020 - 11/30/2025 Original Contract Amount: $12,000,000 NTE (ITS Services) $ 8,000,000 NTE (LMR Services) $20,000,000 NTE Base Total Option Amount: $12,000,000 (Renewal Option No. 1, ITS Services) $ 8,000,000 (Renewal Option No. 1, LMR Services) $20,000,000 Option Total Modification Amount: $ 110,000 (LMR Services) Total Contract Amount: $45,870,000 Percent +/- (This Item): 100.55% Total Percent Change: 129.35%

REVISED

107

Page 112: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 34

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

19-IT-OPT/MOD. INFORMATION TECHNOLOGY OPTION/MOD (cont’d) Prior Mods/Options: $5,760,000 (Mod. 1; Additional funding; DoIT 8-IT-MOD,

12/19/2018) Original Procurement Method: Competitive Sealed Proposals Performance Security: $1,500,000 Bond MBE/VSBE Participation: 12.0% / N/A MBE/VSBE Compliance: 14.0% / N/A Requesting Agency Remarks: The original RFP was divided into two service categories. The Intelligent Transportation Systems (ITS) services covers dynamic message signs, closed circuit tv cameras, highway advisory radio, speed detectors, and zone alert message signs (SHAZAM). The Land Mobile Radio (LMR) services covers communication towers, shelters, compound and associated equipment. Each category was awarded separately. This contract provides the necessary expertise and labor for systems troubleshooting, maintenance, repair and support services directly related to ITS and/or LMR communication towers facilities, equipment, applications, support systems, ancillary and associated systems devices and/or components including wireless communications systems. The additional funding is required due to exercising the renewal option for the ITS and LMR portions of the contract. The ITS funding comes from and will support three divisions (Communications Division, Data Services Division and Motor Carrier Division) within MDOT SHA plus MDOT. The LMR funding comes from both MDOT SHA and MDTA. To continue the required levels of support for the utilizing business units at MDOT, it is necessary to authorize and increase the funding to support the required services, devices, and equipment that require maintenance which enhances safety for MDOT SHA personnel and the public. The contractor is meeting all MDOT’s needs and requirements, and continues to satisfactorily. Fund Source: 80% Federal; 20% Special (Transportation Trust) - MDOT SHA 100% Toll Revenue - MDOT MDTA Approp. Code: J02B0101 J02B0102 - MDOT SHA J00.J00.41 - MDTA

REVISED

108

Page 113: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 35

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

19-IT-OPT/MOD. INFORMATION TECHNOLOGY OPTION/MOD (cont’d) Resident Business: Yes MD Tax Clearance: 20-2719-1111 BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

REVISED

109

Page 114: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 36

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Anna Lansaw 410-339-5015

[email protected] 20-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION

Department of Public Safety and Correctional Services Contract ID: Annual Maintenance/Purchase Additional Livescan Machines; Q00B8400120.

ADPICS No.: COI83255 Contract Approved: DoIT 6-IT, 06/20/2018 Contractor(s): Idemia Identity & Security USA, LLC, Anaheim, CA Contract Description: Maintenance of identity and security Livescan machines and provide eight replacement Livescan machines Modification Description: Replace seven Livescan fingerprinting machines that have reached the end of their useful life. Original Contract Term: 06/15/2018 - 06/14/2023 Modification Term: 11/19/2020 - 06/14/2023 Original Contract Amount: $1,267,090 Modification Amount: $ 259,693 Total Contract Amount: $1,526,783 Percent +/- (This Item): 17.0% Total Percent Change: 17.0% Prior Mods/Options: N/A Original Procurement Method: Sole Source (Proprietary) MBE/VSBE Participation: N/A / N/A MBE/VSBE Compliance: N/A / N/A

110

Page 115: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 37

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

20-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d) Requesting Agency Remarks: The Livescan fingerprinting machines provide critical services and are portable, allowing DPSCS to place the equipment where it is most suitable and necessary over time. Although this contract provided for new equipment, allocated funds have been expended and additional funding is required to purchase the replacement machines. The pricing for the TPE-5600-HD Livescan machines in the original contract was $34,628.00 per machine. The State will pay $26,047.00 per machine at this time, thus realizing a 25% cost savings. The equipment maintenance is included within this contract through the end of term. Fund Source: 100% General Approp. Code: Q00A0102 Resident Business: No BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

111

Page 116: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 38

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Carolyn Mitchell 410-767-2219

[email protected] 21-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION Department of Labor, Division of Workforce Development and Adult Learning Contract ID: Workforce Exchange One-Stop, System End User Software License Agreement;

P00B6400010 ADPICS No.: COI79472 Contract Approved: DoIT 2-IT, 10/21/2015 Contractor: Geographic Solutions, Inc.; Palm Harbor, FL Contract Description: Software as a Service (SaaS) solution to improve the Workforce Exchange (MWE) System and make it more efficient. The improved system will be an operational, comprehensive, one-stop operating system that integrates information from the workforce information database and real-time labor market information with labor exchange functionality in a self-service mode to employers and individuals. The solution will also provide a staff-assisted interface that connects with the current MWE System. Modification Description: Add Big Interview Module and Remote Electronic Signature Module to system. Original Contract Term: 01/01/2016 - 12/31/2018 (w/ two 1-year renewal options) Modification Term: 01/01/2021 - 12/31/2023 Original Amount: $6,052,458 Modification Amount: $ 477,504 Prior Mods/Options: $ 151,825 (DoIT 5-IT-MOD, 05/22/2016)

$ 1,059,820 (DoIT 3-IT-MOD, 02/22/2017) $ 2,286,316 (DoIT 1-IT-MOD, 09/26/2018)

$ 0 (LABOR Approval, 12/20/2019) $ 2,163,816 (DGS 23-IT-OPT, 01/08/2020) $ 7,004,120 (DGS 35-IT-MOD, 05/20/2020)

Total Contract Amount: $19,195,860 Percent +/- Change: 7.89%

Overall Percent +/-: 217.16%

112

Page 117: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 39

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

21-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION (cont’d) Original Procurement Method: Competitive Sealed Proposals MBE/VSBE Participation: 5% / N/A MBE/VSBE Compliance: 5.21% / N/A Requesting Agency Remarks: The Big Interview Module gives individuals the ability to conduct mock interviews for their occupation of choice, view results, retake interviews to improve technique and gain feedback from raters to improve their interviewing skills. Interview and interview results will be linked to the individual’s employment plan. The Remote Electronic Signature captures electronic signatures of staff and of applicants via links sent by staff to applicants through text or email. Electronic signatures are embedded in the signature line of documents and are valid for federal program applications. Fund Source: 100% Federal Approp. Code: G0107 Resident Business: No BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

113

Page 118: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 40

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Samantha Buchanan 410-260-7552

[email protected] 22-IT. INFORMATION TECHNOLOGY Recommendation: That the Board of Public Works approve the following Task Orders/ Purchase Orders under a previously-approved Master Contract. Authority: State Finance and Procurement Article Annotated Code of Maryland, § 13-113; COMAR 21.05.13.06. Procurement Method: Task Order/Purchase Order under Master Contract 1.0 Master Contract: Commercial Off-the-Shelf Software (COTS) 2012 Contract No. 060B2490021 Approved: DoIT 6-IT, 09/19/2012 Approved: DoIT 6-IT, 09/19/2012 Term: 10/01/2012 - 09/30/2027 **As of publication, the remaining balance of this master contract is $38,768,917.89 1.1 Using Agency: Department of Transportation

Description: Replacing Hewlett Packard Enterprise Blade Servers that have reached their end of life and new licenses are required for the new server environment. MDOT State Highway Administration will replace the servers with HPE Synergy 480 Gen10 servers which are projected to provide room for incremental growth over the next 3 - 4 years. MDOT will also consolidate hardware from an existing physical infrastructure to a virtual infrastructure to reduce hardware costs, licensing, and efficiency; J01P0600125. Award: Mythics; Virginia Beach, VA Number of Qualified Master Contractors: 1 (Single Qualified Master Contractor) Number of Bids: 1 Amount: $1,168,102 Term: Anticipated Delivery Date: 11/19/2020

Term will be for one year and will begin when licenses are purchased.

MBE/VSBE Participation: N/A / N/A Resident Business: No Funding Source: 100% Special (Transportation Trust Fund)

114

Page 119: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 41

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

22-IT. INFORMATION TECHNOLOGY (cont’d) 2.0 Master Contract: Desktop, Laptops and Tablets 2015 Contract No. 060B5400007 Approved: DOIT 4-IT, 07/16/2015 Term: 07/22/2015 - 07/21/2021 **As of publication, the remaining balance of this master contract is $45,779,392.14.

2.1 Using Agency: Department of Public Safety and Correctional Services

Description: 500 Dell Laptop Computers, & Docking Stations plus accessories to refresh the Department’s inventory of and provide laptops to staff telecommuting due to COVID-19. Number of Qualified Master Contractors: 15 (Functional Area I) Number of Bids: 3 Award: Applied Technology Services, Inc.; Middle River, MD Amount: $864,500 Term: 30 Day from NTP w/5-years support MBE/VSBE Participation: N/A / N/A Resident Business: Yes Funding Source: 100% General

3.0 Master Contract: PBX III – Telecommunications Equipment and Services-VOIP Contract No.: 060B1400048

Approved: DoIT 3-IT, 03/23/2011 Term: 03/23/2011 - 12/31/2020 **As of publication, the remaining balance of this master contract is $23,615,654.66. 3.1 Using Agency: Department of Information Technology

Description: Purchase of a new Oracle Communications Session Border Controller to reside in the new DoIT Datacenter to provide redundant access to incoming/outgoing VoIP services for 10,000 plus Statewide users. The other vendors that did not respond cited other commitments as the reason for not bidding. NEC price of $221,864 is a discount of 45% off the Manufacturer’s MSRP price of $319,572. Based on previous DoIT Oracle Communication Session Border procurements for smaller Session Border Controllers, the DoIT Evaluation Team determined that the NEC discounted prices for the equipment; licenses and software assurance (SWA) are fair and reasonable. NEC is recommended for contracts award; 060B0610039 Award: NEC Corporation; Irving, TX

115

Page 120: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 42

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

22-IT. INFORMATION TECHNOLOGY (cont’d) Master Contract: PBX III – Telecommunications Equipment and Services-VOIP

Number of Qualified Master Contractors: 4 Number of Bids: 1 (Single Bid Received) Contract Amount: $221,864 Contract Term: 11/19/2020 - 12/31/2020 MBE/VSBE Participation: N/A / N/A Resident Business: No Funding Source: 100% Reimbursable (MITDP for Voice Migration)

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

116

Page 121: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 43

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Danny Mays 410-767-3586

[email protected] 23-M. MAINTENANCE CONTRACT

Department of General Services Contract ID: Janitorial Services at Charles Hickey Jr. School; V00R1600079

ADPICS No.: 001B1600165 Contract Description: Janitorial services at Charles Hickey Jr. School in Baltimore. Award: National Center on Institutions and Alternatives, Inc.

Baltimore, MD Contract Term: 12/01/2020 - 11/30/2025 Amount: $779,208 Procurement Method: Preference Provider Living Wage Eligible: Yes Performance Security: N/A Hiring Agreement Eligible: Yes Incumbent: Same Requesting Agency Remarks: National Center on Institutions and Alternatives, Inc. (NCIA) is a Community Service Provider under the Employment Works Program pursuant to COMAR 21.11.05. Pricing for this contract was approved and certified as fair market value in the amount of $779,207.59 by the Pricing and Selection Committee on August 20, 2020. This contract provides for all labor, equipment and supplies necessary to perform the daily, weekly, monthly and annual cleaning of the Charles Hickey Jr. School. Fund Source: 100% General Approp. Codes: V00 2021 H412 0813 ($ 82,383.50)

V00 2022 H412 0813 ($145,490.80) V00 2023 H412 0813 ($152,797.20) V00 2024 H412 0813 ($160,103.57) V00 2025 H412 0813 ($167,409.92) V00 2026 H412 0813 ($ 71,022.60)

117

Page 122: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 44

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

23-M. MAINTENANCE CONTRACT (cont’d) Resident Business: Yes MD Tax Clearance: 20-2796-1110

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

118

Page 123: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 45

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Lauren Buckler 410-767-3174

[email protected] 24-GM. GENERAL OBLIGATION BOND PROCEEDS Recommendation: That the Board of Public Works approve use of general obligation bond proceeds for the following contracts. Authority: §8-301, State Finance & Procurement Article, Annotated Code of Maryland 1.0 Agency: Department of Public Safety and Correctional Services Fund Source: MCCBL 2015 Provide funds to design and construct architectural

upgrades at State-owned facilities to improve accessibility for persons with disabilities. Item 101.

1.1 Contract ID: ADA Gymnasium Door Modifications at Maryland Correctional

Institute-Women (MCI-W) - Jessup; KW-000-180-001. Description: Design to extend the vestibule into the gymnasium to allow the doors to open fully, including additional area for boarding and dismounting the existing chairlift and leaving room for a complete and safe turn-around at the Maryland Correctional Institute-Women in Jessup. Procurement Method: Qualification Based Selection Award: Morris & Ritchie Associates, Inc.; Baltimore, MD Amount: $ 23,000 Resident Business: Yes

2.0 Agency: Department of General Services/Department of Health Fund Source: MCCBL 2020 Replace Emergency Generator/Switchgear,

Transformers. Item 104.

2.1 Contract ID: Replacement of Emergency Generator & Switchgear-Potomac Center; RW-000-211-001. Description: Design for the replacement of the emergency generator and switchgear system at Potomac Center in Hagerstown. Procurement Method: Qualification Based Selection Award: M S Engineers Inc; Columbia, MD

(Certified Small Business and MBE) Amount: $163,437 Resident Business: Yes

119

Page 124: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 46

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

24-GM. GENERAL OBLIGATION BOND PROCEEDS (cont’d) 3.0 Agency: Department of General Services

Fund Source: MCCBL 2018 Provide funds to continue planning, construction and equipping of renovations to the Annapolis Post Office Item 107

3.1 Contract ID: Historic Annapolis Post Office Phase II Renovation;

BA-699-130-201 Description: Vibration sensors and tools for testing, monitoring, and maintaining building equipment in real time. Data will be trended in order to maximize and predict failure analysis of the equipment. Award: Grainger; Waterloo, IA Amount: $ 47,854 Resident Business: No

3.2 Contract ID: Historic Annapolis Post Office Phase II Renovation;

BA-699-130-201 Description: Access Points, Cables and licensing for DGS in the Old Post Office. Network equipment will be used for building communication and to connect to maintenance and vibration sensors. Award: SHI; Somerset, NJ Amount: $9,092 Resident Business: No

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

120

Page 125: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 47

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Wendy Scott-Napier 410-767-4088

[email protected] 25-RP. REAL PROPERTY Department of Natural Resources Recommendation: Transfer real property from the State of Maryland to the City of Annapolis Authority: State Finance & Procurement 10-305 Background: Reference is made to Item 27-RP approved by the Board of Public Works on May 6, 2020, approving the property as surplus. Property: 67-71 Prince George Street, Annapolis, Maryland 21401 Improved property with a two-story dwelling, bulkhead and pier. Grantor: State of Maryland, to the use of the Department of Natural Resources Grantee: City of Annapolis Appraised Value: $1,150,000 - Gary T. Westholm - 05/18/2020 $ 860,000 - George L. Peabody - 05/18/2020 Consideration: $1.00 Remarks: Approval is requested for the transfer of approximately 3,500 sf., known as the Burtis House and pier, to the City of Annapolis to advance ongoing programming and to bring residents and tourists to the historical location. A Deed of Preservation Easement was entered into, effective as of the Recordation Date, by and between the City of Annapolis, and the Maryland Historical Trust. The Department of Natural Resources will hold a perpetual access easement for the continued use of the piers, as well as reserved parking spaces to support emergency and routine operations. Clearinghouse: Clearinghouse conducted an intergovernmental review of the project under MD20190516-0382. It is recommended to declare the Prince George Street Office located at 67 - 71 Prince George Street in Annapolis surplus to the needs of the State for disposal and/or sale, contingent upon consideration of the Maryland Department of the Environments qualifying comments and compliance with the City of Annapolis and the Maryland Historical Trust’s requirements. The City of Annapolis, the Annapolis Maritime Museum & Park, Dock Anna Deck LLC, and Historic Annapolis expressed interest in acquiring the property.

121

Page 126: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 48

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

25-RP. REAL PROPERTY (cont’d) Legislative Notification was provided on 09/04/2020 to the Senate and House Budget and Taxation Committees, with additional notification made on 09/18/2020 to the Legislative Policy Committee. BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

122

Page 127: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 49

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Wendy Scott-Napier 410-767-4088

[email protected] 26-LT. TENANT LEASE Department of Juvenile Services Recommendation: Approve lease for continued use of property by DJS. Prior Board Action: DGS 33-LT, 02/24/2010 Landlord: SMR Investments, LTD 10 N Calvert St, Baltimore, MD 21202 Property Location: 310 Gay St, Cambridge, MD 21613 Space Type: Office w/client interaction (1,575 sq. ft.) Lease Type: Renewal (Continued Use of Property) Term: 12/01/2020 - 11/30/2025 (5 Years) (w/ 6-month hold-over) Future Option Term: N/A Annual Rent: $29,531.25 (Year 1) Square Foot Rate: $18.75/SF (Year 1) Fund Source: 100% General Approp. Code: PCA 1J301 Utilities/Custodial Responsibility: Landlord Termination for Convenience Clause: Yes Procurement Method: Sole Source

See COMAR 21.05.05.02.D; DGS Space Mgmt. Manual ¶ 6-605 E

Requesting Agency Remarks: The Department of Juvenile Services has used this location since 2005, with the lease currently in extended holdover. The rental rate for this lease term will escalate 2% annually. There were no energy efficiency improvements for this renewal term.

BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

123

Page 128: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 50

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Wendy Scott-Napier 410-767-4088

[email protected] 27-LT. TENANT LEASE Department of Public Safety and Correctional Services Recommendation: Approve a renewal lease Prior Board Action: DGS 33-LT, 02/24/2010 Landlord: SMR Investments, LTD 10 N Calvert St, Baltimore, MD 21202 Property Location: 310 Gay St, Cambridge, MD 21613 Space Type: Office w/client interaction (3,100 sq. ft.) Lease Type: Renewal (Continued Use of Property) Term: 12/01/2020 - 11/30/2025 (w/ 6-month hold-over) Future Option Term: N/A Annual Rent: $58,125 (Year 1) Square Foot Rate: $18.75/sq. ft. (Year 1) Fund Source: 100% General Approp. Code: PCA SC110 Utilities/Custodial Responsibility: Landlord Termination for Convenience Clause: Yes Procurement Method: Sole Source

See COMAR 21.05.05.02.D; DGS Space Mgmt. Manual ¶ 6-605 E

Requesting Agency Remarks: The Department of Public Safety and Correctional Services has used this location since 2005, with the lease currently in extended holdover. The rental rate for this lease term will escalate 2% annually. There were no energy efficiency improvements for this renewal term. BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

124

Page 129: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 51

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Wendy Scott-Napier 410-767-4088

[email protected] 28-LT. TENANT LEASE Department of Human Services Recommendation: Approve a renewal parking lease Landlord: Baltimore County Revenue Authority Prior Board Action: 11/14/2018, Item 11-LT, 02/19/20, Item 47-LT-MOD Property Location: 110 W. Susquehanna Avenue, Towson, MD 21286 Space Type: Garage Parking (7 spaces) Lease Type: Renewal Term: 12/01/2020 - 11/30/2022 Annual Rent: $8,232.00 Rate/Month: $98.00/space Fund Source: 100% General Approp. Code: PCA GF010 Utilities/Custodial Responsibility: Landlord Termination for Convenience Clause: Yes Procurement Method: Sole Source See COMAR 21.05.05.02D; DGS Space Mgmt. Manual ¶ 6-605 E Requesting Agency Remarks: Employees of the Department of Human Services, Child Support Enforcement Administration has been parking at this location for 25 years. The lease contains the standard six month hold-over period. BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

125

Page 130: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 52

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Wendy Scott-Napier 410-767-4088

[email protected] 29-LT. TENANT LEASE Office of the Public Defender Recommendation: Approve renewal lease Prior Board Action: DGS 33-LT, 02/24/2010 Landlord: SMR Investments, LTD 10 N Calvert St, Baltimore, MD 21202 Property Location: 310 Gay St, Cambridge, MD 21613 Space Type: Office w/client interaction (1,808 sq. ft.) Lease Type: Renewal Term: 12/01/2020 - 11/30/2025 (w/ 6-month hold-over) Future Option Term: N/A Annual Rent: $33,900 (Year 1) Square Foot Rate: $18.75/SF (Year 1) Fund Source: 100% General Approp. Code: PCA 20911 Utilities/Custodial Responsibility: Landlord Termination for Convenience Clause: Yes Procurement Method: Sole Source

See COMAR 21.05.05.02.D; DGS Space Mgmt. Manual ¶ 6-605 E

Requesting Agency Remarks: The Office of the Public Defender has been at this location since 2005, with the lease currently in extended hold-over. The rental rate for this lease term will escalate 2% annually. There were no energy efficiency improvements for this renewal term. BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

126

Page 131: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 53

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Michael G. Leahy 410-697-9401

[email protected] 30-IT. INFORMATION TECHNOLOGY RETROACTIVE: Department of Information Technology Contract ID: GIS Software as a Service (SaaS); F50P1600058 ADPICS No.: F50P1600058 Contract Description: RETROACTIVE Continued Geographic Information Systems (GIS) Software-as-a-Service (SaaS) services of the cloud-based platform, ArcGIS Online. Award: ESRI; Redlands, CA Term: 10/08/2020 – 07/31/2021 Amount: $ 22,769 (Retroactive, 10/08/2020 - 11/04/2020) $ 218,738 (Proactive, 11/05/2020-07/31/2021) $ 241,507 Total Procurement Method: Sole Source (Proprietary, Continuity of Service) MBE/VSBE Participation: N/A / N/A Performance Security: N/A Incumbents: Same Requesting Agency Remarks: The Department of Information Technology (DoIT) seeks retroactive approval of this extremely important contract for the requested 1-year term and payment for services rendered. DoIT regrets that it did not start the procurement process with sufficient time to address BPW questions and concerns ahead of the necessary start date to avoid a lapse in services. This contract provides access to a cloud-based platform that lowers the cost of government services through collective investment in an enterprise-wide GIS SaaS platform. This enterprise platform is utilized by 2,200+ state employees and hosts hundreds of public-facing applications in support of legislative mandates, and other essential services. Examples include transparency of COVID-19 health and safety information that has been visited by millions of Marylanders and access to 1,200+ data layers that are viewed by users all over the world, making Maryland an international leader in the GIS data industry.

127

Page 132: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 54

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

30-IT. INFORMATION TECHNOLOGY (cont’d) Agency Remarks (cont’d): Reference is made to DoIT 11-IT, 2.1 (August 14, 2019) in which the Board of Public Works approved DoIT awarding a contract to ESRI for enterprise-wide Geographic Information Systems (GIS) Software-as-a-Service (SaaS) platform. Furthermore, a modification to the referenced 2019 award to ESRI is provided as supplemental item DGS 31-IT-MOD. This item provides clarification to that award, following discussions and the subsequent deferral of this item at the October 7, 2020 BPW meeting (DGS 9-IT 3.1) Fund Source: 100% Reimbursable (by Using Agency) Approp. Code: Various (Agency-Specific) Resident Business: No MD Tax Clearance: 20-3148-1101 This item was previously deferred by BPW as DGS 9-IT, 3.1 at the October 7, 2020 meeting. BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

128

Page 133: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 55

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Michael G. Leahy 410-697-9401

[email protected] 31-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION Department of Information Technology Contract ID: GIS Software as a Service; F50P0600097 Contract Approved: DoIT 11-IT, 2.1; 08/14/2019 Contractor(s): ESRI; Redlands, CA Contract Description: ArcGIS Online SaaS Platform enterprise agreement. Modification Description: Provide clarification and correction to the record for the Board’s approval of the subject contract at the August 14, 2019 BPW meeting (reference 11-IT, 2.1). The following details outline information provided and the data as it should have been presented to the Board of Public Works for approval of this award package. Original Contract Term: 08/15/2019* – 07/31/2020 (*or earlier upon BPW approval)

The contract term was later extended through October 7, 2020 to avoid a lapse in service when the replacement procurement was recommended for award.

Original Contract Amount: $300,000 Correct Amount: $287,671 Original Procurement Method: Secondary Competition from Master Contract 060B7400056 Correct Method: Secondary Competition from Master Contract 060B7400056 (Single Bid Received) Approved Number of Qualified Master Contractors: 12 (Functional Areas 2 & 3)

Correct Number of Qualified Master Contractors: 12 (Functional Area 1) Approved # of Bids: 2

Corrected # of Bids: 1 Requesting Agency Remarks: The subject contract was presented with inaccurate details when it appeared as DoIT item 11-IT, 2.1 on the August 14, 2019 BPW agenda. This modification item serves as a formal request for record correction. These corrections also relate to DGS agenda item 30-IT of the current agenda, a sole source procurement for proprietary and continuity of services initially awarded with this contract. BOARD OF PUBLIC WORKS THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

129

Page 134: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 56

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Michael G. Leahy 410-697-9401

[email protected] 32-IT. INFORMATION TECHNOLOGY RETROACTIVE – Department of Information Technology Contract ID: GIS Software; F50P1600059 ADPICS No.: F50P1600059 Contract Description: RETROACTIVE approval for renewal purchase of Geographic Information Systems (GIS) manufacturer's software maintenance and support for ESRI desktop and server software. Award: ESRI; Redlands, CA Term: 10/08/2020 – 07/31/2021 Amount: $ 78,520 (Retroactive) (10/8/2020-11/4/2020) $ 754,357 (Proactive) (11/5/2020-7/31/2021) $ 832,877 Total Procurement Method: Sole Source (Proprietary, Continuity of Service) MBE/VSBE Participation: N/A Performance Security: N/A Incumbents: Same Requesting Agency Remarks: The Department of Information Technology (DoIT) seeks retroactive approval of this extremely important contract for the requested 1-year term and payment for services rendered. DoIT regrets that it did not start the procurement process with sufficient time to address BPW questions and concerns ahead of the necessary start date to avoid a lapse in services. This software is used to provide a robust and reliable core infrastructure and delivery of authoritative data and services to support all State agencies, boards and commissions. The enterprise platform is utilized by 1,600+ state employees to support 100+ public-facing mapping applications, as well as countless operational workflows to support location-based decision-making. Essential applications include support for emergency management and response within the MEMA Emergency Operations Center. Enterprise systems provide vital access to data for public safety and dispatch response within the 24 local jurisdiction Public Safety Answering Points (PSAPs).

130

Page 135: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 57

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

32-IT. INFORMATION TECHNOLOGY (cont’d) Agency Remarks (cont’d): Reference is made to DoIT 11-IT, 2.2 (August 14, 2019) in which the Board of Public Works approved DoIT awarding a contract to ESRI for enterprise-wide Geographic Information Systems (GIS) Software-as-a-Service (SaaS) platform. Furthermore, a modification to the referenced 2019 award to ESRI is provided as supplemental item DGS 33-IT-MOD. This item provides clarification to that award, following discussions and the subsequent deferral of this item at the October 7, 2020 BPW meeting (DGS 9-IT 2.1). Fund Source: 100% Reimbursable (by Using Agency) Approp. Code: Various (Agency-Specific) Resident Business: No MD Tax Clearance: 20-3148-1101 This item was previously deferred by BPW as DGS 9-IT, 2.1 at the October 7, 2020 meeting. BOARD OF PUBLIC WORK ACTION THIS ITEM WAS:

APPROVED DISAPPROVED DEFERRED WITHDRAWN

WITH DISCUSSION WITHOUT DISCUSSION

131

Page 136: BOARD OF PUBLIC WORKS TABLE OF CONTENTS ...2020/11/04  · 4, 2020 MEETING LOCATION: ONLINE Item Section page no. Overall page no. SECRETARY’S AGENDA 1 -2 Agriculture 1 3 -4 Board

OSP 58

DEPARTMENT OF GENERAL SERVICES OFFICE OF STATE PROCUREMENT

ACTION AGENDA November 4, 2020

Contact: Michael G. Leahy 410-697-9401

[email protected] 33-IT-MOD. INFORMATION TECHNOLOGY MODIFICATION Department of Information Technology Contract ID: GIS Software; F50P0600096 Contract Approved: DoIT 11-IT, 2.2; 08/14/2019 Contractor(s): ESRI; Redlands, CA Contract Description: ArcGIS Desktop and Server software enterprise agreement. Modification Description: Provide clarification and correction to the record for the Board’s approval of the subject contract at the August 14, 2019 BPW meeting (reference 11-IT, 2.2). The following details outline information provided and the data as it should have been presented to the Board of Public Works for approval of this award package. Original Contract Term: 08/15/2019* – 07/31/2020 (*or earlier upon BPW approval)

The contract term was later extended through October 7, 2020 to avoid a lapse in service when the replacement procurement was recommended for award.

Original Contract Amount: $1,000,000 Correct Amount: $ 958,904 Original Procurement Method: Secondary Competition from Master Contract 060B7400056 Correct Method: Secondary Competition from Master Contract 060B6400028 (Single Bid Received) Approved Number of Qualified Master Contractors: 5 (Functional Areas 1)

Correct Number of Qualified Master Contractors: 4 (Functional Area 3) Approved # of Bids: 2

Corrected # of Bids: 1 Requesting Agency Remarks: The subject contract was presented with inaccurate details when it appeared as DoIT item 11-IT, 2.2 on the August 14, 2019 BPW agenda. This modification item serves as a formal request for record correction. These corrections also relate to DGS agenda item 32-IT, a sole source procurement for proprietary and continuity of services initially awarded with this contract. BOARD OF PUBLIC WORKS ACTION THIS ITEM WAS: APPROVED DISAPPROVED DEFERRED WITHDRAWN WITH DISCUSSION WITHOUT DISCUSSION

132